Market Leads & Opportunities
United Kingdom-Newtownards: Orthopaedic support devices
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 050-082599/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
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):
Business Services Organisation, Procurement and Logistics Service on behalf of the Belfast HSC Trust, Northern HSC Trust, Western HSC Trust, Southern HSC Trust and South Eastern HSC Trust
Ards Hospital, Church Street
Newtownards
Postal code: BT23 4AS
United Kingdom
Email: ards.sourcing@hscni.net
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
Northern Health and Social Care Trust
Bretten Hall, Bush Road
Antrim
Postal code: BT41 2RL
United Kingdom
Western Health and Social Care Trust
Altnagelvin Area Hospital, Glenshane Road
Londonderry
Postal code: BT47 6SB
United Kingdom
Southern Health and Social Care Trust
Craigavon Area Hospital, 68 Lurgan Road
Portadown
Postal code: BT63 5QQ
United Kingdom
South Eastern Health and Social Care Trust
Ulster Hospital, Upper Newtownards Rd
Belfast
Postal code: BT16 1RH
United Kingdom
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Orthoses Products and Provision of Orthotic Service [109971].
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
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:
Orthoses Products and Provision of Orthotic Service.
II.1.6) Common procurement vocabulary (CPV): 33183000, 18832000, 85111600, 33141700, 33141740
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: Yes. Tenders may be submitted for one or more lots
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 3 years with the option to extend for any period up to and including 24 months. The estimated annual value per Lot for Year 1 of the Contract is as follows:-
Lot 1 — Belfast HSC Trust = 1 156 626 GBP
Lot 2 — Northern HSC Trust = 134 353 GBP
Lot 3 — Western HSC Trust = 325 767 GBP
Lot 4 — Southern HSC Trust = 185 806 GBP
Lot 5 — South Eastern HSC Trust = 87 165 GBP
NB. The activity in relation to clinic hours and product is predicted to grow by an estimated 20 % year on year, due to the increase in conditions such as diabetes etc. The Contract Value has been calculated to account for this predicted growth however this will be dependent on the availability of funding. The decision to increase activity to this level will be dependent on additional funding, if and when it is made available to the Trust(s). Any such increase will be formally requested and the relevant Trust Profile updated accordingly.
Estimated value excluding VAT:
14 062 520 GBP
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: 36 (from the award of the contract)
Information about lots
Lot No: 1; Lot title: Lot 1 — Belfast HSC Trust
1) Short description: Lot 1 — Belfast HSC Trust.
2) Common procurement vocabulary (CPV): 33183000,18832000,85111600,33141700,33141740
3) Quantity or scope:
As stated at II.2.1).
Estimated value excluding VAT: 8 607 150GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 2; Lot title: Lot 2 — Northern HSC Trust
1) Short description: Lot 2 — Northern HSC Trust.
2) Common procurement vocabulary (CPV): 33183000,18832000,85111600,33141700,33141740
3) Quantity or scope:
As stated at II.2.1).
Estimated value excluding VAT: 999 799GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 3; Lot title: Lot 3 — Western HSC Trust
1) Short description: Lot 3 — Western HSC Trust.
2) Common procurement vocabulary (CPV): 33183000,18832000,85111600,33141700,33141740
3) Quantity or scope:
As stated at II.2.1).
Estimated value excluding VAT: 2 424 229GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 4; Lot title: Lot 4 — Southern HSC Trust
1) Short description: Lot 4 — Southern HSC Trust.
2) Common procurement vocabulary (CPV): 33183000,18832000,85111600,33141700,33141740
3) Quantity or scope:
As stated at II.2.1).
Estimated value excluding VAT: 1 382 697GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Lot No: 5; Lot title: Lot 5 — South Eastern HSC Trust
1) Short description: Lot 5 — South Eastern HSC Trust.
2) Common procurement vocabulary (CPV): 33183000,18832000,85111600,33141700,33141740
3) Quantity or scope:
As stated at II.2.1).
Estimated value excluding VAT: 648 645GBP
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:
The Contracting Authority may require from tenderers guarantees or other security acceptable to the Contracting Authority. Details will be included in the Call for Tender.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per Call for Tender.
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 of the European Parliament and of the Council 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 of the European Parliament and of the Council 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 of the European Parliament and of the Council 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 of the European Parliament and of the Council 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 of the European Parliament and of the Council 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:
109971
IV.3.2) Previous publication(s) concerning the same contract:
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:11.04.2016 – 15:00
IV.3.4) Time limit for receipt of tenders or requests to participate:
11.04.2016 – 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: 11.04.2016
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 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.
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.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 decision before the contract is entered into. The Public Contracts Regulations 2015 as amended provide for aggrieved parties who have been harmed or are 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:
08.03.2016
More Opportunties
- 3D Printer and Software
16 Dec 25
Closed below threshold tender for 3 quotation exercise or 3D printer software & hardware for use within podiatry department.> > - 25100 Cambridgeshire County Council Duplicate Payment Software
16 Dec 25
This is an award notice following the Cambridgeshire County Council (CCC) procurement process seeking a Duplicate Payment Checker solution on behalf of the four Partners and two Council owned customers. The solutions are used within Accounts Payable where> > - Polypropylene food containers, film and free-on-loan sealing machines
16 Dec 25
Synchronicity Care Limited (SCL) T/A CDD Services have awarded a contract to Burlodge Ltd for provision of polypropylene food containers, film and free-on-loan sealing machines via call-off without competition through NHS Supply Chain Catering Consumables> >
