Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)West Suffolk NHS Foundation Trust
EoE CPH, Victoria House, Capital Park
For the attention of: James Richards
CB21 5XB Fulbourn
UNITED KINGDOM
Telephone: +44 7798572028
E-mail:
Fax: +44 1233123456
Internet address(es):
General address of the contracting authority: www.eoecph.nhs.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Supply of Pre-Hospital Ventilators to Ambulance Trusts.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: United Kingdom.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementDuration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 500 000 and 3 000 000 GBP
II.1.5)Short description of the contract or purchase(s)Supply of pre-hospital Ventilators (vehicle and portable devices) for use by Ambulance Trusts.
II.1.6)Common procurement vocabulary (CPV)33100000, 33172000, 33000000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The resulting framework will provide a procurement route for Ambulance Trusts in England, Wales and Northern Ireland to procure pre-hospital vehicle and portable Ventilators.
The Framework Agreements will be open to:
South Western Ambulance Service NHS Foundation Trust
South Central Ambulance Service NHS Foundation Trust
South East Coast Ambulance Service NHS Foundation Trust
London Ambulance Service NHS Trust
East of England Ambulance Service NHS Trust
East Midlands Ambulance Service NHS Trust
Yorkshire Ambulance Service NHS Trust
North East Ambulance Service NHS Foundation Trust
North West Ambulance Service NHS Trust
West Midlands Ambulance Service NHS Foundation Trust
Welsh Ambulance Service NHS Trust
Northern Ireland Ambulance Service Health and Social Care Trust.
In addition the Framework Agreements may be used by any other United Kingdom Ambulance Trusts or successor organisations to the above.
Estimated value excluding VAT:
Range: between 1 500 000 and 3 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:Banker or other performance bond and / or holding company guarantees against performance and other financial liabilities and / or other deposits and / or warranties and / or other security as may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:The Contracting Authority reserves the right to require a lead provider or other legal entity to undertake primary contractual responsibility for the performance of the contract, or to require that one or more providers are jointly and severally responsible for the performance of the contract.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal: https://eoecph.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click 'continue' - Enter your correct business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the 'Express Interest' button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box 3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5
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)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:17958
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate9.1.2014 - 17:00
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 of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional informationThe Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
It is intended that end users of this framework agreement apply the terms (to be confirmed on award).
End users of this framework agreement will also have the option to conduct a mini-competition to select a framework supplier.
The initial contract duration is 3 years, provision is made for a 1 x 1 year extension option extending the maximum duration to 4 years.
Please note this notice and subsequent framework agreement relates to pre-hospital vehicle / portable Ventilators for use by Ambulance Trusts.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The procurement process will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Public Contracts Regulations 2006 (SI 2006 No 5), as amended by the Public Contracts (Amendment) Regulations 2009 and the Public Contracts (Miscellaneous Amendments) Regulations 2011, provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:6.12.2013