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

Cardiology Services

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Cardiology Services
Jersey
For the attention of: www.tenders.gov.je
St Helier
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.tenders.gov.je

Address of the buyer profile: www.tenders.gov.je

Electronic access to information: www.tenders.gov.je

Electronic submission of tenders and requests to participate: www.tenders.gov.je

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
Ministry or any other national or federal authority, including their regional or local sub-divisions
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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Cardiology Services
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: UK.
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)
Jersey General Hospital Cardiology Service is led by a single handed Consultant Cardiologist (Dr Andrew Mitchell BM MD FRCP FESC FACC) supported by an Associate Specialist and Cardiac Specialist Nurses. The team currently provide the majority of adult cardiology services that a UK District General Hospital would provide, these are:
- Diagnostic Cardiology (in-patient and out-patient consultation);
- Holter monitoring and ambulatory blood pressure monitoring;
- Heart Rhythm Management;
- Heart Failure;
- Cardiac CT Imaging;
- Echocardiography;
- Transoesophageal Echocardiography (TOE);
- Pacemaker and Device Services: device implantation and follow-up service including single/dual chamber pacemakers, implantable loop recorders and implantable cardioverter defibrillators;
- Cardiac Rehabilitation.
3.2 There are however a range of services that we are currently unable to provide due to specialist capacity skills and equipment. These are secondary care specialist procedures, diagnostics and interventional electrophysiology such as:
- Cardiac Magnetic Resonance Imaging (CMRI);
- Cardiac Resynchronisation Therapy;
- Cardiac CT Imaging CT (additional capacity);
- Invasive Coronary Angiography;
- Nuclear Cardiology MPS;
- Stress Echocardiography (pharmacological and exercise).
3.3 In addition to the secondary care support we wish to procure provision of a full range of tertiary services including Cardiology, Cardiovascular Imaging and Cardiovascular Surgery such as:
- Coronary Angioplasty (PCI);
- Simple congenital Interventions: simple adult congenital interventions which mainly device closure of patent foramen ovale (PFO) and isolated ostium secundum atrial septal defects;
- Complex congenital interventions including aortic valve implant (TAVI) and reduction of mitral regurgitation;
- Structural Interventions to the heart or great vessels including percutaneous left atrial appendage occlusion for non valvular atrial fibrillation and alcohol septal ablation;
- Advice and expert opinion for Adult Congenital Heart Disease.
II.1.6)Common procurement vocabulary (CPV)

85121230, 85121231

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: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
.
Estimated value excluding VAT:
Range: between 1 and 2 EUR
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 12 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See ITT.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See ITT.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See ITT.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: See ITT.
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: See ITT.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See ITT.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See ITT.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: See ITT.
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
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: 28.2.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.3.2013 - 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
Duration in months: 4 (from the date stated for receipt of 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
The States of Jersey is not bound by the EU Procurement Directives.
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:
13.2.2013