SECTION I: CONTRACTING AUTHORITY
I.1)NAME, ADDRESSES AND CONTACT POINT(S)Central Manchester University Hospitals NHS Foundation Trust’
Trust Headquarters, Cobbett House, Oxford Road
Attn: Christine Roberts
M13 9WL Manchester
UNITED KINGDOM
Tel. +44 11619012665
E-mail:
Further information can be obtained at: As in above-mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)
Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)
I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIESBody governed by public law
Health
The contracting authority is purchasing on behalf of other contracting authorities No
SECTION II: OBJECT OF THE CONTRACT
II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authorityHome Haemodialysis equipment, Water treatment and Haemodialysis consumables.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
A combination of these
Main place of delivery Central Manchester University Hospital NHS Foundation Trust and Patients homes.
NUTS code UK
II.1.3)The notice involvesThe establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged 6
Duration of the framework agreement: Duration in year(s): 2
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)Lease of equipment as part of home haemodialysis strategy. The requirement is for the supply of Haemodialysis machines and water treatment equipment to the Central Manchester University Hospitals NHS Foundation Trust home haemodyalysis and training services. Also deliveries of consumables to the home patients, at various locations. There are three parts to the full requirement as follows: Two types of dialysis options are required: Portable home haemodialysis equipment and consumables; home haemodialysis/heamodiafilteration equipment, water treatment and consumables. The third part is haemodialysis consumables only.
II.1.6)Common procurement vocabulary (CPV)33181000, 33181500, 33181510, 33181520
II.1.7)Contract covered by the Government Procurement Agreement (GPA)No
II.1.8)Division into lotsYes
tenders should be submitted for one or more lots
II.1.9)Variants will be acceptedYes
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scopeExcluding VAT 1 000 000 GBP
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETIONDuration in months: 24 (from the award of the contract)
INFORMATION ABOUT LOTS
LOT NO: 1 TITLE Home Haemodialysis equipment, Water treatment and Haemodialysis consumables1)SHORT DESCRIPTION
2)COMMON PROCUREMENT VOCABULARY (CPV)33181000, 33181500, 33181510, 33181520
3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
III.1.4)Other particular conditions to which the performance of the contract is subjectNo
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial capacity
III.2.3)Technical capacity
III.2.4)Reserved contractsNo
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular professionNo
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service
SECTION IV: PROCEDURE
IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedureAccelerated restricted
Justification for the choice of accelerated procedure: A faster procurement process will benefit the market economies.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)AWARD CRITERIA
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)An electronic auction will be usedNo
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authorityCMFT 0491
IV.3.2)Previous publication(s) concerning the same contractNo
IV.3.3)Conditions for obtaining specifications and additional documentsPayable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate27.7.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
SECTION VI: COMPLEMENTARY INFORMATION
VI.1)THIS IS A RECURRENT PROCUREMENTNo
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDSNo
VI.3)ADDITIONAL INFORMATIONTo receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://nwcca.eu-supply.com.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:11.7.2011