web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Belfast: Decontamination equipment

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2015/S 251-460084/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Procurement and Logistics Service
77 Boucher Crescent
Belfast
Postal code: BT12 6HU
United Kingdom
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity: Health
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Belfast Health and Social Care Trust
A Floor, Belfast City Hospital, Lisburn Road
Belfast
Postal code: BT9 7AB
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Vaporised Hydrogen Peroxide System including Consumables, Maintenance and Calibration [119143].
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Nuts code: UKN0
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
The HSC Business Services Organisation (BSO) Procurement and Logistics Service (PaLS) invites you to respond to this CfT. If you wish to communicate with the buyer, please do so by using the secure clarifications tab within this CfT.
II.1.6) Common procurement vocabulary (CPV): 42924720
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
It is anticipated that any resultant contract will be up to a duration of 8 years.
Estimated value excluding VAT:
Range: between 750 000 and 1 500 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:
Duration in months: 96 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
The Contracting Authority may require from tenderers guarantees or other security acceptable to the Contracting Authority. Details will be included in the CfT.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per CfT.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Subject to the status and involvement of the parties, the Contracting Authority may require parties to commit to joint and several liability in respect of the Contract. Alternatively the Contracting Authority may expect the lead operator to take total responsibility. The Contracting Authority may require collateral warranties,parent company guarantees and/or performance bonds (as applicable) to be entered into by other economic operators.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: The requirements will be consistent with those permitted under Directive 2014/24/EU and will be detailed in the CfT.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: The requirements will be consistent with those permitted under Directive 2014/24/EU and will be detailed in the CfT.
Minimum level(s) of standards possibly required: The requirements will be consistent with those permitted under Directive 2014/24/EU and will be detailed in the CfT.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: The requirements will be consistent with those permitted under Directive 2014/24/EU and will be detailed in the CfT.
Minimum level(s) of standards possibly required: The requirements will be consistent with those permitted under Directive 2014/24/EU and will be detailed in the CfT.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
119143
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2015/S 067-118041of04.04.2015
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
18.01.2016 – 15:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 90 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:
Date: 18.01.2016

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
The cost of responding to this CfT and participation in the procurement process generally will be borne solely by each economic operator participating. Any expenditure, work or effort undertaken prior to a contract award is at the sole risk of the economic operator participating in this procurement process. Economic Operators should note that the Contracting Authority reserves the right to cancel this procurement process at any stage. Any date given in Section IV above is a best estimate at the time of despatch. The Contracting Authority reserves the right to extend any such date within the scope of the applicable procurement regulations. Note: The Award Criteria is: The most economically advantageous tender in terms of the criteria stated in the specifications, in the CfT or to negotiate or in the descriptive document.
VI.4) Procedures for appeal:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:BSO PaLS will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decison before the contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5) Date of dispatch of this notice:
24.12.2015