Maintenance service for imaging equipment based at Queen Mary's Hospital Sidcup and satellite sites.
Contract notice
Services
Section I: Contracting authority
South London Healthcare NHS Trust
Trust Headquarters, Queen Mary's Hospital, Frognal Avenue
Contact point(s): Procurement Department
For the attention of: Roman Klimczak
DA14 6LT Sidcup
UNITED KINGDOM
Telephone: +44 2083022678
E-mail:
Fax: +44 2083085524
Further information can be obtained from: South London Healthcare NHS Trust
Trust Headquarters, Queen Mary's Hospital, Frognal Avenue
Contact point(s): Procurement Department
For the attention of: Mrs. Malvina Goring
DA14 6LT Sidcup
UNITED KINGDOM
E-mail:
Fax: +44 2083022678
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: South London Healthcare NHS Trust
Trust Headquarters, Queen Mary's Hospital, Frognal Avenue
Contact point(s): Procurement Department
For the attention of: Mrs. Malvina Goring
DA14 6LT Sidcup
UNITED KINGDOM
Telephone: +44 2083022678
E-mail:
Fax: +44 2083085524
Section II: Object of the contract
Service category No 1: Maintenance and repair services
NUTS code UKJ4
50421200 - LA07
Estimated value excluding VAT:
Range: between 650 000 and 720 000 GBP
Section III: Legal, economic, financial and technical information
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgement which has he force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by ay means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available;
If Your Company is registered on NHS Sid, then please provide Registration number.
(a) A list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) A list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
- Where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
- Where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator.
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Section IV: Procedure
Justification for the choice of accelerated procedure: Justification for the choice of accelerated procedure: As directed and allowed under OJEU Regulations Statement IP/08/2040 dated 19.12.2008.
Section VI: Complementary information
Estimated timing for further notices to be published: 3 to 5 years.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement and the contract will be awarded on the basis of the most economically advantageous tender. Pre-qualification questionnaires (PQQ) will be issued to all those companies showing an interest in this tender. Only those who score the above the minimum score on the PQQ will be issued the tender documents and be invited to participate. All expressions of interest need to be posted electronically on GO Reference: GO-20111213-PRO-2800951.
South London Healthcare NHS Trust
Trust Headquarters, Queen Mary's Hospital, Frognal Avenue
DA14 6LT Sidcup
UNITED KINGDOM
Telephone: +44 2083022678
Body responsible for mediation procedures
South London Healthcare NHS Trust
The Chief Executives Office, Frognal Avenue
DA14 6LT Sidcup
UNITED KINGDOM
Telephone: +44 2083022678