Harbour equipment maintenance services. Gold Agreement/Comprehensive maintenance of Allura FD10.
Voluntary ex ante transparency notice
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Royal Brompton & Harefield NHS Trust Foundation Trust
Sydney Street
For the attention of: Marie-Claire Ukunda
SW3 6NP London
UNITED KINGDOM
E-mail:
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
1.4)Contract award on behalf of other contracting authorities/entities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract
Maintenance of Allura FD10.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Service category No 1: Maintenance and repair services
NUTS code UKI
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Harbour equipment maintenance services. Gold Agreement/Comprehensive maintenance of Allura FD10.
II.1.5)Common procurement vocabulary (CPV)
50246000
II.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 253 512,72 GBP
Excluding VAT
Excluding VAT
Section IV: Procedure
IV.1)Type of procedure
Award of a contract without prior publication of a contract notice in the Official Journal of the European Union (in the cases listed in Section 2 of Annexes D1, D2 or D3 as appropriate)
Justification for the choice of the negotiated procedure without prior publication of a contract notice in the OJEU in accordance with Directive 2004/18/EC
The works/goods/services can be provided only by a particular tenderer for reasons that are: technical
Extreme urgency brought about by events unforeseeable by the contracting entity and in accordance with the strict conditions stated in the Directive no
Additional works/deliveries/services are ordered under the strict conditions stated in the Directive: no
Service contract awarded to the successful candidate or one of them after a design contest: no
All tenders submitted in reply to an open procedure, a restricted procedure or competitive dialogue were irregular or inacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria: no
No other company is specialised in the maintenance of this equipment, or is able to support this equipment.
Justification for the choice of the negotiated procedure without prior publication of a contract notice in the OJEU in accordance with Directive 2004/18/EC
The works/goods/services can be provided only by a particular tenderer for reasons that are: technical
Extreme urgency brought about by events unforeseeable by the contracting entity and in accordance with the strict conditions stated in the Directive no
Additional works/deliveries/services are ordered under the strict conditions stated in the Directive: no
Service contract awarded to the successful candidate or one of them after a design contest: no
All tenders submitted in reply to an open procedure, a restricted procedure or competitive dialogue were irregular or inacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria: no
No other company is specialised in the maintenance of this equipment, or is able to support this equipment.
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Performance visits. Weighting 20
2. Corrective maintenance. Weighting 20
3. Access spare parts. Weighting 20
4. Familiality with the system. Weighting 20
5. Software and hardware reliability. Weighting 20
1. Performance visits. Weighting 20
2. Corrective maintenance. Weighting 20
3. Access spare parts. Weighting 20
4. Familiality with the system. Weighting 20
5. Software and hardware reliability. Weighting 20
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority/entity
LGM11454.
IV.3.2)Previous publication(s) concerning the same contract
Section V: Award of contract
Contract No: LGM11454V.1)Date of contract award decision:
V.2)Information about offers
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken
Philips Healthcare
Philips Centre, Guildford Business Park, Guildford
GU2 8HX Surrey
UNITED KINGDOM
V.4)Information on value of contract
Total final value of the contract:
Value: 253 512,72 GBP
Excluding VAT
Value: 253 512,72 GBP
Excluding VAT
V.5)Information about subcontracting
Section VI: Complementary information
VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=57908405
GO Reference: GO-2013422-PRO-4750073VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
22.4.2013