이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[영국] Medical Ward Equipment & Sack Holders
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2018.01.12
원본


공고명: Medical Ward Equipment & Sack Holders

게시일: 2017/12/19

수행지역: 영국

카테고리: 31 - 제조부품


공고내용


Contract award notice Results of the procurement procedure Directive 2014/24/EU - Public Sector Directive Section I: Contracting authority I.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) ("the Authority") Gyle Square (NSS Head Office), 1 South Gyle Crescent Edinburgh EH12 9EB UK Telephone: +44 1312757129 E-mail: yvonnegardner@nhs.net NUTS: UKM Internet address(es) Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/ Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
I.2) Joint procurement The contract is awarded by a central purchasing body I.4) Type of the contracting authority Body governed by public law I.5) Main activity Health Section II: Object II.1) Scope of the procurement
II.1.1) Title Medical Ward Equipment & Sack Holders Reference number: NP846/17 II.1.2) Main CPV code 33100000  II.1.3) Type of contract Supplies II.1.4) Short description Provision of sack holders, commodes, examination couches and medical ward equipment including trolleys to all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. NHS Scotland Health Boards and Special Health Boards, plus the Authority and other NHS organisations ) and all joint integration boards established under the Public Bodies (joint Working) (Scotland) Act 2014. Note the value of the framework is the value over the potential 4 year term. II.1.6) Information about lots This contract is divided into lots: Yes II.1.7) Total value of the procurement Value excluding VAT: 6 800 000.00 GBP
II.2) Description
Lot No: 1
II.2.1) Title Sack Holders II.2.2) Additional CPV code(s) 33100000 II.2.3) Place of performance NUTS code: UKM II.2.4) Description of the procurement Provision of sack holders and associated products to all entities constituted pursuant to the National Health Service (Scotland) Act 1978,i.e. NHS Scotland Health Boards and Special Health Boards, plus the Authority and other NHS organisations ) and all joint integration boards established under the Public Bodies (joint Working) (Scotland) Act 2014. Please note the estimated value of this lot is the total approximate over the potential 4 year term (2 years and 2 x 12 month optional extension periods) of the framework.The Authority intends awarding a multi-supplier ranked framework agreement for the Lot and it is envisaged a maximum of 3 suppliers will be awarded. Full details can be found within the ITT. II.2.5) Award criteria Quality criterion: Service / Weighting: 20 Quality criterion: Contract Management / Weighting: 10 Price / Weighting:  70 II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) Title Commodes II.2.2) Additional CPV code(s) 33100000 II.2.3) Place of performance NUTS code: UKM II.2.4) Description of the procurement Provision of commodes and associated products to all entities constituted pursuant to the National Health Service (Scotland) Act 1978,i.e. NHS Scotland Health Boards and Special Health Boards, plus the Authority and other NHS organisations ) and all joint integration boards established under the Public Bodies (joint Working) (Scotland) Act 2014. Please note the estimated value of this lot is the total approximate over the potential 4 year term (2 years and 2 x 12 month optional extension periods) of the framework. The Authority intends awarding a multi-supplier ranked framework agreement for the Lot and it is envisaged a maximum of 3 suppliers will be awarded. Full details can be found within the ITT. II.2.5) Award criteria Quality criterion: Service / Weighting: 20 Quality criterion: Contract Management / Weighting: 10 Price / Weighting:  70 II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 3
II.2.1) Title Examination Couches II.2.2) Additional CPV code(s) 33100000 II.2.3) Place of performance NUTS code: UKM II.2.4) Description of the procurement Provision of examination couches and associated products to all entities constituted pursuant to the National Health Service (Scotland) Act 1978,i.e. NHS Scotland Health Boards and Special Health Boards, plus the Authority and other NHS organisations ) and all joint integration boards established under the Public Bodies (joint Working) (Scotland) Act 2014. Please note the estimated value of this lot is the total approximate over the potential 4 year term (2 years and 2 x 12 month optional extension periods) of the framework. The Authority intends awarding a multi-supplier ranked framework agreement for the Lot and it is envisaged a maximum of 3 suppliers will be awarded. Full details can be found within the ITT. II.2.5) Award criteria Quality criterion: Service / Weighting: 20 Quality criterion: Contract Management / Weighting: 10 Price / Weighting:  70 II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 4
II.2.1) Title Medical Ward Equipment & Trolleys II.2.2) Additional CPV code(s) 33100000 II.2.3) Place of performance NUTS code: UKM II.2.4) Description of the procurement Provision of medical ward equipment, trolleys and associated products to all entities constituted pursuant to the National Health Service (Scotland) Act 1978,i.e. NHS Scotland Health Boards and Special Health Boards, plus the Authority and other NHS organisations ) and all joint integration boards established under the Public Bodies (joint Working) (Scotland) Act 2014. Please note the estimated value of this lot is the total approximate over the potential 4 year term (2 years and 2 x 12 month optional extension periods) of the framework. The Authority intends awarding a multi-supplier ranked framework agreement for the Lot and it is envisaged a maximum of 3 Suppliers will be awarded. Full details can be found within the ITT. II.2.5) Award criteria Quality criterion: Service / Weighting: 20 Quality criterion: Contract Management / Weighting: 10 Price / Weighting:  70 II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No
Section IV: Procedure IV.1) Description
IV.1.1) Type of procedure Open procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure Notice number in the OJ S: 2017/S 116-233109
Section V: Award of contract Lot No: 1 Title: Sack Holders A contract/lot is awarded: No V.1 Information on non-award The contract/lot is not awarded Other reasons (discontinuation of procedure) Section V: Award of contract Lot No: 2 Title: Commodes A contract/lot is awarded: No V.1 Information on non-award The contract/lot is not awarded No tenders or requests to participate were received or all were rejected Section V: Award of contract Lot No: 3 Title: Examination Couches A contract/lot is awarded: Yes V.2 Award of contract V.2.1) Date of conclusion of the contract 13/11/2017 V.2.2) Information about tenders Number of tenders received: 3 Number of tenders received from SMEs: 3 Number of tenders received from tenderers from other EU Member States: 0 Number of tenders received from tenderers from non-EU Member States: 0 Number of tenders received by electronic means: 3 The contract has been awarded to a group of economic operators: Yes V.2.3) Name and address of the contractor
Seers Medical LTD Kenton Road Debanham IP14 6LA UK Telephone: +44 7818590710 NUTS: UKM The contractor is an SME: Yes
V.2.3) Name and address of the contractor
Steri-Pod Ltd Unit 7 Linfit Court, Clayton West Huddersfield HD8 9WL UK Telephone: +44 1484865586 NUTS: UKM The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT) Total value of the contract/lot: 1 700 000.00 GBP V.2.5) Information about subcontracting Section V: Award of contract Lot No: 4 Title: Medical Ward Equipment & Trolleys A contract/lot is awarded: Yes V.2 Award of contract V.2.1) Date of conclusion of the contract 13/11/2017 V.2.2) Information about tenders Number of tenders received: 4 Number of tenders received from SMEs: 4 Number of tenders received from tenderers from other EU Member States: 0 Number of tenders received from tenderers from non-EU Member States: 0 Number of tenders received by electronic means: 4 The contract has been awarded to a group of economic operators: Yes V.2.3) Name and address of the contractor
Bristol Maid - Hospital Metal Craft LTD Blandford Height , Blandford Forum Blandford DT11 7TG UK Telephone: +44 1258451338 Fax: +44 1258455056 NUTS: UKM The contractor is an SME: Yes
V.2.3) Name and address of the contractor
Eden Medical (UK) Ltd 2 Dryden Loan, Bilston Glen Industrial Estate LOANHEAD EH20 9HR UK Telephone: +44 1314406500 Fax: +44 1314406502 NUTS: UKM The contractor is an SME: Yes
V.2.3) Name and address of the contractor
Medstor Bayley Street Stalybridge SK15 1QQ UK Telephone: +44 7884268118 NUTS: UKM The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT) Total value of the contract/lot: 2 500 000.00 GBP V.2.5) Information about subcontracting Section VI: Complementary information VI.3) Additional information Contract value of 6,800,000 reflects the original anticipated value of the contract (all 4 Lots) over the duration including optional extension periods. No guarantees are given to either volume or value of spend. Framework on behalf of NHSS and any Integrated Joint Boards established under Public Bodies Joint Working Scotland Act 2014 e.g. Health and Social Care Integration. Intended award is 3 suppliers per lot on a ranked basis. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8110. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The Statement of Requirements will detail the Community Benefit background and objectives. The contract will mandate that suppliers respond in its tender outlining current Community Benefits and proposals if successful and mandating that they support the overall Community Benefit concept and process including a contract and supplier management process post award. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8110. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause in this contract for the following reason: Multi supplier framework of 4 lots with 3 suppliers ranked in each lot is required for NHS Scotland, as a result there is no ability to sub contract within this agreement. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 (SC Ref:520910) VI.4) Procedures for review
VI.4.1) Review body
The Common Services Agency (more commonly known as NHS National Services Scotland) ("the Authority") Gyle Square (NSS Head Office), 1 South Gyle Crescent Edinburgh EH12 9EB UK Telephone: +44 1312757129 E-mail: yvonnegardner@nhs.net Internet address(es) URL: http://www.nhsscotlandprocurement.scot.nhs.uk/
VI.4.3) Review procedure Precise information on deadline(s) for review procedures: The Authority will notify economic operators who submitted a tender or (where no deselection process has previously been made) applied to be selected to tender, of its decision to award the Framework Agreement which notification will contain, among other information, a summary of the reasons as to why the economic operator was unsuccessful. The notification will incorporate a ???standstill period??? of a minimum of 10 (ten) clear calendar days (or a minimum of 15 (fifteen) if the communication method used is not electronic) between the date on which the Authority dispatches the notice(s) and the date on which the Authority proposes to conclude the relevant Framework Agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the Framework Agreement until the cour


원본 URL: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304396