web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Belfast: Medical equipments, pharmaceuticals and personal care products

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 078-138630/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Mixed global and partial bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Procurement and Logistics Service
Royal Hospitals Site
Belfast
Postal code: BT12 6BA
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
South Eastern Health and Social Care Trust
Ulster Hospital, Upper Newtownards Rd
Belfast
Postal code: BT16 1RH
United Kingdom
NI Public Health Agency
Linenhall Street Unit, 12-22 Linenhall Street
Belfast
Postal code: BT2 8BS
United Kingdom
Belfast Health and Social Care Trust
A Floor, Belfast City Hospital, Lisburn Road
Belfast
Postal code: BT9 7AB
United Kingdom
Business Services Organisation
12–22 Linenhall Street
Belfast
Postal code: BT2 8BS
United Kingdom
NI Ambulance Service Trust
Knockbracken Healthcare Park, Saintfield Road
Belfast
Postal code: BT8 8SG
United Kingdom
NI Blood Transfusion Service
Lisburn Road
Belfast
Postal code: BT9 7TS
United Kingdom
NI Fire and Rescue Services
1 Seymour Street
Lisburn
Postal code: BT27 4SX
United Kingdom
NI Guardian Ad Litem Agency
Centre House, 79 Chichester Street
Belfast
Postal code: BT1 4JE
United Kingdom
NI Medical and Dental Training Agency
Beechill House, 42 Beechill Rd
Belfast
Postal code: BT8 7RL
United Kingdom
NI Patient Client Council
1st Floor, Ormeau Baths, 18 Ormeau Avenue
Belfast
Postal code: BT2 8HS
United Kingdom
NI Regulation and Quality Improvement Authority
9th Floor, Riverside Tower, 5 Lanyon Place
Belfast
Postal code: BT1 3BT
United Kingdom
NI Social Care Council
Millennium House, 19-25 Great Victoria St
Belfast
Postal code: BT2 7AQ
United Kingdom
Northern Health and Social Care Trust
Bretten Hall, Bush Road
Antrim
Postal code: BT41 2RL
United Kingdom
Regional Health and Social Care Board
12-22 Linenhall Street
Belfast
Postal code: BT2 8BS
United Kingdom
Southern Health and Social Care Trust
Craigavon Area Hospital, 68 Lurgan Road
Portadown
Postal code: BT63 5QQ
United Kingdom
Western Health and Social Care Trust
Altnagelvin Area Hospital, Glenshane Road
Londonderry
Postal code: BT47 6SB
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Surgical Gloves.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Nuts code: UK, UKN
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Duration of the framework agreement in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 3 600 000 and 5 040 000 GBP
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): 33000000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for one or more lots
II.1.9) Information about variants:
Variants will be accepted:
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
II.2.2) Information about options:
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:
Duration in months: 24 (from the award of the contract)
Information about lots
Lot No: 1; Lot title: Latex gloves for general use (including associated latex under-gloves)
1) Short description:
2) Common procurement vocabulary (CPV): 33000000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 2; Lot title: Latex-free gloves for general use (including associated latex-free under-gloves)
1) Short description:
2) Common procurement vocabulary (CPV): 33000000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 3; Lot title: Latex gloves for specialist use (including, but not limited to, enhanced grip, accelerator-free, orthopaedic and enhanced sensitivity)
1) Short description:
2) Common procurement vocabulary (CPV): 33000000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 4; Lot title: Latex-free gloves for specialist use (including, but not limited to, enhanced grip, accelerator-free, orthopaedic and enhanced sensitivity)
1) Short description:
2) Common procurement vocabulary (CPV): 33000000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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:
III.2.2) Economic and financial ability:
III.2.3) Technical capacity
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:
361442
IV.3.2) Previous publication(s) concerning the same contract:

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:

IV.3.4) Time limit for receipt of tenders or requests to participate:
20.05.2016 – 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: 20.05.2016

Section VI: Complementary information
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 Contracting Authority(ies) will identify the Most Economically Advantageous Tender(s) (MEAT) on the basis of the ‘lowest price/cost’ submission(s), once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the Tender Documentation. Details of the evaluation process incorporating price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b).
VI.4) Procedures for appeal:
VI.5) Date of dispatch of this notice:
18.04.2016