By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

SP675 - Purchase of Bed Frames for University Hospital of North Durham.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

County Durham Procurement Consortium on behalf of County Durham and Darlington NHS Foundation Trust
Procurement Department, Bede House, Belmont Business Park
For the attention of: Lindsay Harris
DH1 1TW Durham
UNITED KINGDOM
Telephone: +44 1913332883

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 authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

County Durham and Darlington NHS Foundation Trust
University Hospital of North Durham
DH1 1TW County Durham
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
SP675 - Purchase of Bed Frames for University Hospital of North Durham.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
County Durham and Darlington NHS Foundation Trust are looking to replace 450 - 500 bed frames at the University Hospital of North Durham. The current bed frames are at end of their life and require replacement with the on-going prospective for Darlington Memorial Hospital, Bishop Auckland Hospital, Chester Le Street Hospital, Shotley Bridge Hospital, Weardale Hospital, Richardson Hospital and Sedgefield Hospital requiring replacement in the near future. The requirement will include standard, low-level, bariatric, intensive therapy unit bed frames and cots. This requirement may include service and maintenance of the 450-500 bed frames. There is likely to be a storage requirement for winter bed pressure bed frames, with a timely delivery as required.
To express an interest in this opportunity please go to the link below and follow the on line instructions:

http://events.transaxions.com/service.aspx?event=6503

II.1.6)Common procurement vocabulary (CPV)

33192100, 33192120

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 12 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Standard Low Level Bed Frames
1)Short description
Standard Low Level Bed Frames
2)Common procurement vocabulary (CPV)

33192100, 33192120

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Bariatric Bed Frames
1)Short description
Bariatric Bed Frames
2)Common procurement vocabulary (CPV)

33192100, 33192120

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Intensive Therapy Unit Bed Frames
1)Short description
Intensive Therapy Unit Bed Frames
2)Common procurement vocabulary (CPV)

33192100, 33192120

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Cots
1)Short description
Cots
2)Common procurement vocabulary (CPV)

33192100, 33192120

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Service and / or Maintenance
1)Short description
Service and / or Maintenance
2)Common procurement vocabulary (CPV)

33192100, 33192120

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:
Appropriate statement from bankers.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details will be provided to those who express interest in this opportunity and/or are invited to tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required, but each supplier will be required to become jointly and severally responsible for the contract before acceptance.
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: In accordance with articles 45 to 50 at Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the relevant contract documents and other documentation including prequalification.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with article 47 of Directive 2004/18/EC and Regulations 24 of the Public Contracts Regulations 2006.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006.
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 procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As per PQQ/tender documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SP675.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 24.4.2013 - 12:00
IV.3.4)Time limit for receipt of tenders or requests to participate
24.4.2013 - 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 up
English.
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
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Any resulting contract(s) will be considered as contract(s) made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. The Contracting Authority reserves the right to approve any and all sub-contractor appointments the successful tenderer intends to make. Tenders and all supporting documents must be priced in pounds sterling. The Contracting Authority is not liable for any costs incurred by those expressing an interest or tendering for this contract including but not limited to where the contract award procedure is cancelled for any reason. No reimbursement shall be available in any circumstances. Please
note despite the answer with reference to lots the above Contracting Authority will in its absolute discretion, consider division into lots. Acceptance of variant bids will only apply at the absolute discretion of the Contracting Authority. It is anticipated that the contract will have a duration of 12 months All figures provided in this notice are approximate and any dates detailed in this notice are approximate.
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:
18.3.2013