이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[영국] NP667/17 Bone Conduction
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2018.01.10
원본


공고명: NP667/17 Bone Conduction

게시일: 2017/12/21

마감일: 2020/08/02

수행지역: 영국

카테고리: 31 - 제조부품


공고내용


Contract notice 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) ("NSS") Gyle Square (NSS Head Office), 1 South Gyle Crescent Edinburgh EH12 9EB UK Telephone: +44 1698794410 E-mail: Alex.little1@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.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge at: https://www.publictendersscotland.publiccontractsscotland.gov.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: https://www.publictendersscotland.publiccontractsscotland.gov.uk 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 NP667/17 Bone Conduction Reference number: NP667/17 II.1.2) Main CPV code 33185000  II.1.3) Type of contract Supplies II.1.4) Short description The Common Services Agency (more commonly known as National Services Scotland) (???the Authority???) acting through its division National Procurement, is undertaking this procurement of Negative Pressure Wound Therapy (???Products???) as outlined further below on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as ???Participating Authorities???). II.1.5) Estimated total value Value excluding VAT: 4 762 445.00 GBP II.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for maximum 3 lots
II.2) Description
Lot No: 1
II.2.1) Title Bone drive - Implantable II.2.2) Additional CPV code(s) 33185000 II.2.3) Place of performance NUTS code: UKM II.2.4) Description of the procurement Implantable Bone drive equipment and specifically related products. II.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: Yes Description of renewals: Two optional twelve month extensions are available for this framework. II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: No 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 Bone drive - NON Implantable II.2.2) Additional CPV code(s) 33185000 II.2.3) Place of performance NUTS code: UKM II.2.4) Description of the procurement Non Implantable Bone drive equipment and specific consumables. II.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: Yes Description of renewals: Two optional twelve month extension are available on this framework. II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: No 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 Ossicles drive II.2.2) Additional CPV code(s) 33185000 II.2.3) Place of performance NUTS code: UKM II.2.4) Description of the procurement Ossicles Drive products II.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: Yes Description of renewals: Two optional twelve month extensions are available on this framework II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: No 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 III: Legal, economic, financial and technical information III.1) Conditions for participation
III.1.2) Economic and financial standing Minimum level(s) of standards required: All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice. - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance of 2m pounds sterling (This requirement relates to ESPD 4B.5.1) and Public Liability Insurance of 5m pounds sterling (This requirement relates to ESPD 4B.5.2) III.1.3) Technical and professional ability Minimum level(s) of standards required: CE Marked product only Compliance to product clinical product specification on a LOT by LOT basis as outlined within the ITT documentation.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession III.2.3) Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 with several operators. Envisaged maximum number of participants to the framework agreement: 5 Justification for any framework agreement duration exceeding 4 years: This is a complex clinical area and changes to product will require considerable staff training and potential change to clinical practise and training in technique. IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate Date: 08/02/2018 Local time: 12:00 IV.2.4) Languages in which tenders or requests to participate may be submitted EN IV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 5 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 08/02/2018 Local time: 12:00
Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: No VI.3) Additional information The Common Services Agency (more commonly known as National Services Scotland) (???the Authority???) acting through its division National Procurement, is undertaking this procurement on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working)Scotland Act 2014 (collectively hereafter referred to as "Participating Authorities"). BLANK LINE Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. BLANK LINE The Public Sector in Scotland is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce that is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and skills development, diverse and engaged in decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service. Public Bodies in Scotland are adopting fair work practices, which include: A fair and equal pay policy that includes a commitment to supporting the Living Wage, including, for example being a Living Wage Accredited Employer; clear managerial responsibility to nurture talent and help individuals fulfil their potential, including for example, a strong commitment to Modern Apprenticeships and the development of Scotland's young workforce; Promoting equality of opportunity and developing a workforce which reflects the population of Scotland in terms of characteristics such as age, gender, religion or belief, race, sexual orientation and disability; Support for learning and development; Stability of employment and hours of work, and avoiding exploitative employment practices, including for example no inappropriate use of zero-hours contracts; Flexible working (including for example practices such as flexi-time and career breaks) and support for family friendly working and wider work life balance; Support progressive workforce engagement, for example Trade Union recognition and representation where possible, otherwise alternative arrangements to give staff an effective voice. In order to ensure the highest standards of service quality in this contract we expect contractors to take a similarly positive approach to fair work practices as part of a fair and equitable employment and reward package. Please describe how you will commit to fair work practices for workers (including any agency or sub-contractor workers) engaged in the delivery of this contract. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21289. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:520289) VI.4) Procedures for review
VI.4.1) Review body
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS") Gyle Square (NSS Head Office), 1 South Gyle Crescent Edinburgh EH12 9EB UK Telephone: +44 1698794410 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 notification 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 why the economic operator was unsuccessful. The notification will incorporate a 'standstill period' of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the Authority despatches 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 court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the framework agreement has been entered into include the setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the framework agreement has been entered into will not affect the framework agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the framework agreement has been entered into are limited to the award of damages. Economic operators are entitled to write to the Authority after receipt of the notification should they require further clarification. The Authority will respond within 15 days of such a written request, but it should be noted that receipt by the Authority of such request during the standstill period may not prevent the Authority from awarding the framework agreement following the expiry of the standstill period. Where an economic operator is dissatisfied with the Authority???s response to its request for clarification,


원본 URL: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304710