Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Point of Care Testing.

  • Cyhoeddwyd gyntaf: 06 Mai 2015
  • Wedi'i addasu ddiwethaf: 06 Mai 2015

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Kings College Hospital NHS Foundation Trust
ID Awudurdod:
AA39005
Dyddiad cyhoeddi:
06 Mai 2015
Dyddiad Cau:
15 Mai 2015
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Analysers. Chemistry analyser. Reagents and contrast media. Chemical reagents. Laboratory reagents. Clinical chemistry system. Installation services of laboratory equipment. Electrical machinery, apparatus, equipment and consumables; Lighting. Supply, commissioning, maintenance of Point of Care testing equipment and supply of reagent consumables to Kings College Hospital NHS Foundation Trust.

To provide four test profiles:

1 - Renal/Liver/Bone/Urea (LRBU): Sodium. Potassium, Creatinine, Urea, estimated GFR, Calcium, Magnesium, Phosphate, total Protein, Albumen, Globulin, Bilirubin (total) Alkaline Phosphatase, Aspartate Transaminase, Gamma-glutamyl Transferase.

2 - C-Reactive Protein (CRP)

3 - Amylase (AMY)

4 - Plasma Glucose (PLU).

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFNODOLYN SWYDDOGOL

Adran I: Awdurdod Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


Kings College Hospital NHS Foundation Trust

Denmark Hill, Camberwell

London

SE5 9RS

UK

Procurement

Julian Soden


julian.soden@nhs.net






Yes
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio

I.2)

Math o Awdurdod contractio a'i Brif Weithgaredd neu Weithgareddau

Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Na

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr awdurdod contractio

Point of Care Testing.

II.1.2(a))

Math o gontract gwaith

II.1.2(b))

Math o gontract cyflenwadau

Blwch heb ei dicio Blwch heb ei dicio Blwch heb ei dicio
Blwch heb ei dicio Blwch wedi'i dicio

II.1.2(c))

Math o gontract gwasanaeth

II.1.2)

Prif safle neu leoliad y gwaith, man cyflawni neu berfformio



UK

II.1.3)

Mae'r hysbysiad hwn yn ymwneud â

Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio

II.1.4)

Gwybodaeth am gytundeb fframwaith (os yw'n berthnasol)

Blwch heb ei dicio
Blwch heb ei dicio

Nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith

Hyd y cytundeb fframwaith

Cyfiawnhad dros gytundeb fframwaith sy'n para am fwy na phedair blynedd

Amcangyfrif o gyfanswm gwerth pryniannau yn ystod cyfnod llawn y cytundeb fframwaith

Amlder a gwerth y contractau a gaiff eu dyfarnu

II.1.5)

Disgrifiad byr o'r contract neu'r pryniant/pryniannau

Analysers. Chemistry analyser. Reagents and contrast media. Chemical reagents. Laboratory reagents. Clinical chemistry system. Installation services of laboratory equipment. Electrical machinery, apparatus, equipment and consumables; Lighting. Supply, commissioning, maintenance of Point of Care testing equipment and supply of reagent consumables to Kings College Hospital NHS Foundation Trust.

To provide four test profiles:

1 - Renal/Liver/Bone/Urea (LRBU): Sodium. Potassium, Creatinine, Urea, estimated GFR, Calcium, Magnesium, Phosphate, total Protein, Albumen, Globulin, Bilirubin (total) Alkaline Phosphatase, Aspartate Transaminase, Gamma-glutamyl Transferase.

2 - C-Reactive Protein (CRP)

3 - Amylase (AMY)

4 - Plasma Glucose (PLU).

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

38434000
38434560
33696000
33696300
33696500
33159000
51430000
31000000

II.1.7)

Contract wedi'i gwmpasu gan Gytundeb Caffael y Llywodraeth (GPA)

Blwch heb ei dicio

II.1.8)

Rhannu'n lotiau

Na

II.1.9)

A gaiff cynigion amrywiadol eu derbyn?

Na

II.2)

Maint neu Gwmpas y Contract

II.2.1)

Cyfanswm maint neu gwmpas

Supply, installation, commissioning and maintenance of Point of Care testing equipment to Kings College Hospital NHS Foundation Trust over 5 years.

Supply of reagent consumables to Kings College Hospital NHS Foundation Trust over 5 years.

Supply of Support to Kings College Hospital NHS Foundation Trust over 5 years.

250 000
GBP

II.2.2)

Opsiynau

Up to two annual extensions possible subject to performance during contracts three year primary period.

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

Nifer yr adnewyddiadau posibl

Yn achos contractau cyflenwadau neu wasanaethau adnewyddadwy, amserlen amcangyfrifedig ar gyfer contractau dilynol

II.3)

Hyd y contract neu derfyn amser ar gyfer ei gwblhau

36

Adran III: Gwybodaeth Gyfreithiol, Economaidd, Ariannol a Thechnegol

III.1)

Amodau sy'n Ymwneud â'r Contract

III.1.1)

Adneuon a gwarantau sydd eu hangen

Please refer to the Tender Prospectus and PQQ.

III.1.2)

Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol

III.1.3)

Y ffurf gyfreithiol i'w chymryd gan y grŵp o gyflenwyr, contractwyr neu ddarparwyr gwasanaeth y caiff y contract ei ddyfarnu iddo

Joint and several liability.

III.1.4)

Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt

Please refer to the Tender Prospectus and PQQ.

III.2)

Amodau ar gyfer Cymryd Rhan

III.2.1)

Sefyllfa bersonol gweithredwyr economaidd, gan gynnwys gofynion sy'n ymwneud â chofrestru ar gofrestrau proffesiynol neu fasnach


III.2.2)

Capasiti economaidd ac ariannol


(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;

(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;

(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.




III.2.3)

Capasiti technegol


(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;

(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;

(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;

(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;

(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;

(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;

(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;

(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.




III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

Adran IV: Gweithdrefn

IV.1)

Math o Weithdrefn


Blwch heb ei dicio Blwch heb ei dicio
Blwch wedi'i dicio Blwch heb ei dicio
Blwch heb ei dicio Blwch heb ei dicio

Cyfiawnhad dros ddewis gweithdrefn gyflym

Urgent requirement for the implementation of a Point of Care rapid results testing in the Emergency Department where no such facility currently exists and that has recently been identified as inconsistent with Clinical Governance and as an area of potential risk to the Trust and the safety of the service.

IV.1.1)

A yw ymgeiswyr wedi'u dewis eisoes?

Na

IV.1.2)

Cyfyngiadau ar nifer y gweithredwyr a gaiff eu gwahodd i dendro neu gymryd rhan

16

Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr

IV.1.3)

Lleihau nifer y gweithredwyr yn ystod y broses negodi neu'r deialog

Blwch heb ei dicio

IV.2)

Meini Prawf Dyfarnu

Na


Ie

Na

IV.2.2)

Defnyddir arwerthiant electronig

Na

IV.3 Gwybodaeth Weinyddol

IV.3.1)

Rhif cyfeirnod a roddwyd i'r hysbysiad gan yr awdurdod contractio

K/08/15

IV.3.2)

Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract

Blwch heb ei dicio
Blwch heb ei dicio


Cyhoeddiadau blaenorol eraill

IV.3.3)

Amodau ar gyfer cael manylebau a dogfennau ychwanegol

  15 - 05 - 2015   17:00

 


IV.3.4)

Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan

  15 - 05 - 2015   17:00

IV.3.5)

Dyddiad yr anfonwyd y gwahoddiadau i dendro neu'r gwahoddiadau i gymryd rhan at ymgeiswyr a ddewiswyd


IV.3.6)

Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan

Blwch wedi'i dicio     

IV.3.7)

Isafswm y cyfnod y mae'n rhaid i'r cynigiwr gadw'r tendr 

IV.3.8)

Amodau ar gyfer agor tendrau





Adran VI: Gwybodaeth Arall

VI.1)

Nodwch a yw'r broses gaffael hon yn digwydd yn rheolaidd a rhowch Amcangyfrif o pryd y caiff hysbysiadau pellach eu cyhoeddi


VI.2)

A yw'r contract yn ymwneud â Phrosiect/Rhaglen a ariennir gan Gronfeydd Cymunedol?

Na



VI.3)

Gwybodaeth Ychwanegol

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, and the contract will be awarded on the basis of the most economically advantageous tender. 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 and the contract will be awarded on the basis of the most economically advantageous tender. All shortlisted suppliers must meet the minimum requirement as described in the PQQ an tender prospectus available to download.

If you experience any problems there is a help desk available on +44 8542707050 to assist. Please allow plenty of time to upload your response. Zipped documents are accepted.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Analysers./PFC94S2U89

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/PFC94S2U89

GO Reference: GO-201551-PRO-6565778.

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am y gweithdrefnau apelio










Corff sy'n gyfrifol am y gweithdrefnau cyfryngu










VI.4.2)

Cyflwyno apeliadau

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho










VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  01 - 05 - 2015

Codio

Categorïau nwyddau

ID Teitl Prif gategori
33696500 Adweithyddion labordy Ymweithredyddion a chyfryngau cyferbyniad
38434560 Dadansoddydd cemeg Dadansoddyddion
38434000 Dadansoddyddion Cyfarpar canfod a dadansoddi
51430000 Gwasanaethau gosod cyfarpar labordy Gwasanaethau gosod cyfarpar meddygol a llawfeddygol
31000000 Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau Technoleg ac Offer
33159000 System cemeg glinigol Dyfeisiau radiotherapi, mecanotherapi, electrotherapi a therapi corfforol
33696000 Ymweithredyddion a chyfryngau cyferbyniad Cynhyrchion meddyginiaethol amrywiol
33696300 Ymweithredyddion cemegol Ymweithredyddion a chyfryngau cyferbyniad

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
julian.soden@nhs.net
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.