UK-London: Installation services of medical equipment.

UK-London: Installation services of medical equipment.
Section I: Contracting Authority
I.1) Name and addresses
Clarion Housing Group
Level 6, 6 More London Place, Tooley Street, London, SE1 2DA, United Kingdom
Tel. +44 2083138195, Email: Aivars.Kalvans@clarionhg.com
Contact: Aivars Kalvans
Main Address: https://www.clarionhg.com, Address of the buyer profile: https://clarion.delta-esourcing.com/frameworks-dps/
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Installation-services-of-medical-equipment./426245KT8Z
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/426245KT8Z to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Registered Social Landlord
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Medical Equipment - Installation, Servicing & Repairs
Reference Number: 6130
II.1.2) Main CPV Code:
51410000 - Installation services of medical equipment.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: There are a high volume of sites where Clarion is responsible for medical equipment (eg baths, hoists, toilets) and it is our policy to ensure they are serviced in accordance with the regulations and within the Clarion Statement of Intent.
II.1.5) Estimated total value:
Value excluding VAT: 800,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Bidders has no restrictions so one bidder can win both lots
Bidders has no restrictions so one bidder can win both lots:
Lot 1: Baths and hoists
Lot 2: Toilets

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Baths and hoists
Lot No: 1
II.2.2) Additional CPV codes:
33192000 - Medical furniture.

II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)

II.2.4) Description of procurement: Lot 1 will include hi-lo sinks, baths & bath hoists and will also incorporate the LOLER element as well as the servicing and repairs.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Re-tendering after five years or earlier.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://clarion.delta-esourcing.com/respond/426245KT8Z
II.2) Description Lot No. 2

II.2.1) Title: Toilets
Lot No: 2
II.2.2) Additional CPV codes:
33192000 - Medical furniture.

II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)

II.2.4) Description of procurement: Lot 2 will include all medical toilets including both those that can be serviced as well as those with no serviceable parts which will be contracted on a repairs only basis.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 550,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Re-tender at the end of five years or earlier.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://clarion.delta-esourcing.com/respond/426245KT8Z


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As per specification
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As per KPIs in tender documents.
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: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/03/2021 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 17/03/2021
Time: 12:00
Place:
Delta e-Sourcing portal


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: five years
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://clarion.delta-esourcing.com/tenders/UK-UK-London:-Installation-services-of-medical-equipment./426245KT8Z

To respond to this opportunity, please click here:
https://clarion.delta-esourcing.com/respond/426245KT8Z
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476691
Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476691
Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476691
Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.5) Date Of Dispatch Of This Notice: 11/02/2021

Annex A