‘Furniture for Challenging Environments and Related Multi-Sensory Equipment’.
Contract notice
Supplies
Section I: Contracting authority
NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Foxbridge Way
Contact point(s): NUTS Code UKE4
For the attention of: Kate Cook
WF6 1TL Normanton
UNITED KINGDOM
Telephone: +44 7920565850
E-mail:
Fax: +44 1924328744
Further information can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/ISS/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/ISS/
Tenders or requests to participate must be sent to: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/ISS/
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: ‘Various locations in UK
’.
NUTS code UK,UKE4
maximum number of participants to the framework agreement envisaged: 14
Duration of the framework agreement
Duration in years: 2Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:Range: between 22 000 000 and 26 000 000 GBP
Lot 1: Furniture for Challenging Environments - This Lot aims to offer furniture for the following environments: Organic Mental Health Environments; Non-Secure Neuropsychiatry & Acquired Brain Injury Units; Residential Recovery Services; Addiction Services; Functional Older-Peoples Services; In-Patient Recovery & Rehabilitation; Crises Houses; Day Treatment Centres; Non-Secure Acquired Brain Injury Units; Locked Rehabilitation; Acute Adult Wards; Psychiatric Intensive Care Units; Low-Secure Units; Medium-Secure Units; Challenging Behaviours; Learning Disabilities; and Electro-Convulsive Therapy. Furniture will include but not limited to single seater chairs 2 seater settees 3 seater settees arm chairs tub chairs high back chairs dining room chairs dining room tables occasional tables wardrobes chest of drawers bedside cabinets and box base beds.
Lot 2 - Multi-Sensory Equipment - This Lot aims to offer Multi-Sensory Equipment this will include but not limited to Bubble Tubes Bubble Screens LED Projectors Infinity Tunnels LED Fibre Optic Light Source Tactile Panel and Media Panel.
This Framework Agreement is for 2 years with the option to extend on one or more occasion for up to a total of 24 months (such option to be exercised at NHS Supply Chain's sole discretion (however for the avoidance of doubt NHS Supply Chain shall be under no obligation to exercise such option).
39100000, 39112000, 39112100, 39113000, 39113100, 39120000, 39113200, 39114100, 39113600, 39121200, 39113700, 39122000, 39143123, 39143000, 33190000, 39143100, 33196100, 39143113, 33196200, 32560000
Tenders may be submitted for one or more lots
Estimated value excluding VAT:
Range: between 22 000 000 and 26 000 000 GBP
Description of these options: ‘This Framework Agreement will have the option to extend for a maximum of 24 months in addition to the initial two year period upon review ’.
Information about lots
Lot No: 1 Lot title: Furniture for Challenging Environments39100000, 39112000, 39112100, 39113000, 39113100, 39113200, 39113600, 39113700, 39120000, 39114100, 39121200, 39122000, 39143000, 39143100, 39143113, 39143123
This lot comprises of thirteen product lines and it is anticipated that approximately 10 Applicants will be appointed However NHS Supply Chain reserve the right to appoint a greater or lesser number in accordance with the tender evaluation process’.
Estimated value excluding VAT:
Range: between 20 400 000 and 24 000 000 GBP
39100000, 33190000, 33196100, 33196200, 32560000
This lot comprises of thirteen product lines and it is anticipated that approximately 4 Applicants will be appointed. However NHS Supply Chain reserve the right to appoint a greater or lesser number in accordance with the tender evaluation process’.
Estimated value excluding VAT:
Range: between 1 600 000 and 2 000 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: ‘The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct’.
This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/ISS/
Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows:Registration:
1.
Use URL http://procurement.supplychain.nhs.uk/ISS to access the NHS Supply Chain Procurement portal.
2.If not yet registered:
- Click on the "Not Registered Yet” link to access the registration page.
- Complete the registration pages as guided by the mini guide found on the landing page.
Portal access:
If registration has been completed:
- Login with URL http://procurement.supplychain.nhs.uk/ISS
- Click on the "Supplier Dashboard” icon to open the list of new procurement events.Expression of interest:
- View Contract Notice content by clicking on the "View notice” button for the procurement event. This opens a PDF document.
- Express an interest by clicking on the "Express interest” button.
- To start the response process after the expression of interest has been done select the "My Active Opportunities” option and click on the "Apply” button.
- Select the procurement event from the list by clicking on the description
- In the detail view click on the orange coloured "Framework Agreement” button to start responding to the tender.
Tender response:
Header level requirements: Applicants are required to read all Framework Header Documents which can be accessed using the "NHS SC Header documents” button which is located in the "Select framework” tab.
Applicants are required to upload the documents (further details are available in Section 8 of the ITT)using the "Supplier header documents” button which is located in the "Select framework” tab.
The "Framework questionnaire” tab has no requirement for completion in this Tender
Lot level requirements: a preview of the Lot line details can be viewed using the "Lot header” tab by selecting the Lot and using the "Lot line information” button. In order to respond to a Lot Applicants must select the relevant Lot and then use the "Express intent” button. This expression of intent does not place any obligation on the Applicant to respond the action unlocks the ability to respond.
The "Supplier lot documents” button in each of the "Lot header” tabs has no requirement for completion in this Tender
Complete price offers per line for the Lot by completing the required fields for the lines the Applicant wants to include in the bid using the "Lot line detail” tab.
Applicants are required to answer all mandatory Lot specific questions found in the "Lot evaluation criteria” tab
The "Lot questionnaire” tab has no requirement for completion in this tender.
Applicants are then required to click on the "Terms and conditions” button in the "Submit individual lot response(s)” tab to view and accept the ISS Terms and Conditions.
Finally Applicants are required to click on the "SUbmit response to selected lot” button in the "Submit individual lot response(s)” tab to submit their response for the Lot.
The actions detailed above must be repeated for each individual Lot an Applicant wishes to respond to.
Applicants are able to view their submission using the "Supplier submission report” button found in the "Submit individual lot response(s)” tab. If the Applicant wishes to update their response before the Tender Closing Date and Time is reached it can do so by amending the response and resubmitting following the instructions above. Only the latest submission will be available to NHS Supply Chain after the Tender Closing Date’.
Section IV: Procedure
Place:
As in above mentioned I.1).
Persons authorised to be present at the opening of tenders: yesAdditional information about authorised persons and opening procedure: ‘Only the NHS Supply Chain contract owner or delegate’.
Section VI: Complementary information
The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself. NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing value added offerings and commitment/bulk buy initiatives.
NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.
Tenderers should note that for Lot 1 all Applicants whose tender submission on a Lot basis meets or exceeds a hurdle of 50 % will be appointed onto the Framework Agreement for Lot 1. Please note It is a mandatory requirement that Applicants tender for all 22 product lines within Lot 1 and failure to tender for all 22 lines will result in an Applicants tender submission for that specific Lot not being evaluated. For Lot 2 all Applicants whose tender submission on a Product Line by Product Line basis meets or exceeds a hurdle of 50 % will be appointed onto the Framework Agreement for that Product Line.
The Framework Agreement will be between NHS Supply Chain and the Supplier however
1) NHS Supply Chain;
2) any NHS Trust;
3) any other NHS entity;
4) any government department agency or other statutory body (for the avoidance of doubt including local authorities) and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework Agreement.
The Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents.
Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used.
Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs incurred by those expressing an interest in tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it) to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted.
All communications must be made through NHS Supply Chain's eTendering portal at http://procurement.supplychain.nhs.uk/ISS/ using the Message Centre facility linked to this particular contract notice’.
Not Applicable
Body responsible for mediation procedures
Not Applicable