Notice Information
Notice Title
MCAP/001/18 - Dental Equipment and Cabinetry
Notice Description
Replacement of 17 Dental Chairs and associated Cabinetry at Dundee Dental Hospital
Lot Information
Lot 1
NHS Tayside would like to replace 17 x Dental Chairs, upgrade cabinetry and flooring for the Paediatric Dentistry and Orthodontic Department at Dundee Dental Hospital
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000559684
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT333478
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33192410 - Dental chairs
Notice Value(s)
- Tender Value
- £288,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Oct 20187 years ago
- Submission Deadline
- 7 Nov 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Dec 2018 - 31 Mar 2019 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS TAYSIDE
- Contact Name
- Not specified
- Contact Email
- scott.mcniven@nhs.net
- Contact Phone
- +44 1382660111
Buyer Location
- Locality
- DUNDEE
- Postcode
- DD1 9SY
- Post Town
- Dundee
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM03 Angus and Dundee City
- Delivery Location
- TLM71 Angus and Dundee City
-
- Local Authority
- Dundee City
- Electoral Ward
- West End
- Westminster Constituency
- Dundee Central
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT333478
MCAP/001/18 - Dental Equipment and Cabinetry - Replacement of 17 Dental Chairs and associated Cabinetry at Dundee Dental Hospital
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000559684-2018-10-03T00:00:00Z",
"date": "2018-10-03T00:00:00Z",
"ocid": "ocds-r6ebe6-0000559684",
"initiationType": "tender",
"parties": [
{
"id": "org-84",
"name": "NHS Tayside",
"identifier": {
"legalName": "NHS Tayside"
},
"address": {
"streetAddress": "Ninewells Hospital",
"locality": "Dundee",
"region": "UKM",
"postalCode": "DD1 9SY"
},
"contactPoint": {
"email": "scott.mcniven@nhs.net",
"telephone": "+44 1382660111",
"faxNumber": "+44 1382496253",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"reviewBody",
"mediationBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
],
"url": "http://www.nhstayside.scot.nhs.uk"
}
}
],
"buyer": {
"name": "NHS Tayside",
"id": "org-84"
},
"tender": {
"id": "ocds-r6ebe6-0000559684",
"title": "MCAP/001/18 - Dental Equipment and Cabinetry",
"description": "Replacement of 17 Dental Chairs and associated Cabinetry at Dundee Dental Hospital",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "33192410",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Dundee Dental Hospital, Park Place, Dundee DD1 4HR"
},
"deliveryAddresses": [
{
"region": "UKM71"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 288000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2018-11-07T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-11-08T12:00:00Z"
},
"documents": [
{
"id": "OCT333478",
"documentType": "contractNotice",
"title": "MCAP/001/18 - Dental Equipment and Cabinetry",
"description": "Replacement of 17 Dental Chairs and associated Cabinetry at Dundee Dental Hospital",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT333478",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "NHS Tayside would like to replace 17 x Dental Chairs, upgrade cabinetry and flooring for the Paediatric Dentistry and Orthodontic Department at Dundee Dental Hospital",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2018-12-01T00:00:00Z",
"endDate": "2019-03-31T00:00:00Z"
},
"hasRenewal": false
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"bidOpening": {
"date": "2018-11-08T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"minimum": "Minimum level(s) of standards required: The following list provides details of the sections within the European Single Procurement Document (ESPD) that must be completed. 4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of 166,700 for the last 3 years. 4B.5.1 / 4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = GBP 5000000 Public Liability Insurance = GBP 5000000 Product Liability Insurance = GBP 5000000"
},
{
"type": "technical",
"description": "Minimum level(s) of standards required: The following list provides details of the sections within the ESPD that must be completed. . 4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part 2.4 of the Contract Notice. 4C.2 Contractors will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. 4C.8.1 Contractors will be required to confirm their average annual manpower for the last 3 years. 4C.8.2 Contractors will be required to confirm their number of managerial staff for the last 3 years. 4C.10 Contractors will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4C.12 If awarded to the Contract Potential Contractors must provide evidence that tendered products are CE marked, where appropriate. Evidence should be in form of certification issued by a notified body. 4D.1 Quality Management Procedures: 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures, that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2019-04-01T00:00:00Z"
}
},
"classification": {
"id": "33192410",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12081. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 (SC Ref:559684)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559684"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}