web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Reading: Medical needles

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 064-110014/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
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):
Reading Borough Council
Civic Offices, Bridge Street
Reading
Postal code: RG1 2LU
United Kingdom
Contact points(s): Corporate Procurement
Phone: +44 1189372945
Email: corporate.procurement@reading.gov.uk
Internet Address(es):
General address of the contracting authority: www.reading.gov.uk
Address of the buyer profile:
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:
Regional or local authority
I.3) Main activity: General public services,Environment,Health,Housing and community amenities,Social protection,Recreation culture and religion,Education
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Needle Exchange Contract 2016-2019.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Nuts code: UKJ11
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:
Framework agreement with a single operator
Duration of the framework agreement in months: 14
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 80 000 and 260 000 GBP
II.1.5) Short description of the specific contract:
Reading Borough Council (RBC) is commissioning a service for the provision of needle exchange packs and related paraphernalia to their community pharmacists and specialist drug agencies in the Reading borough area.
This Invitation to Tender (ITT) has been prepared by RBC’s Public Health — Drug and Alcohol Team (DAAT) in order to establish a contract with a sole supplier to provide appropriate needle exchange packs and associated items to the Council.
RBC is committed to providing a comprehensive range of injecting equipment to their service users and to ensuring that this equipment is available from a range of locations throughout the Borough. The Council also aims to consult service users in how this provision can best suit their needs and expectation and hope to achieve a high return rate of used equipment.
Currently this service is being provided by an external provider under interim contract arrangements whilst the tendering exercise is being conducted.
II.1.6) Common procurement vocabulary (CPV): 33141320, 33141118, 33141123, 33690000, 33141620, 33141310
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
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:
There is no guarantee of any minimum spend; quantities to be purchased under this contract arrangement are unknown. Whilst it is anticipated that the expenditure will be in the region of 80 000 GBP per annum for this contract award this is an approximation only and will depend on the purchases made throughout the life of the contract.
Estimated value excluding VAT:
Range: between 80 000 and 260 000 GBP
II.2.2) Information about options:
Options:yes
Description of these options:Two extensions potential extensions of 12 months each.
II.2.3) Information about renewals:
This contract is subject to renewal: yes
Number of possible renewals:
II.3) Duration of the contract or time limit for completion:
Starting 1.8.2016Completion 30.9.2017
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
As stated in the procurement documents.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Tenders must be priced in pounds sterling and all payments under the contract shall be made in pounds sterling (GBP). Actual method of payment to the contractor will be as stated in the procurement documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form will be required. In the case of organisations applying as a consortium, full details for each member is required. It will be necessary for each member to sign an undertaking that they shall be jointly and severally responsible for the performance of the contract(s), before entering into the contract.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As set out in the procurement documents.
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:
Information and formalities necessary for evaluating if the requirements are met: As stated in the procurement documents. Failure to provide the required information will result in the potential applicant being excluded.
Minimum level(s) of standards possibly required: As stated in the procurement documents.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As stated in the procurement documents. Failure to provide the required information will result in the potential applicant being excluded.
Minimum level(s) of standards possibly required: As stated in the procurement documents.
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:
RBC 00000011
IV.3.2) Previous publication(s) concerning the same contract:
No
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:02.05.2016
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
03.05.2016 – 12:00
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: 3.5.2016 – 14:00
Place: Reading Borough Council, Civic Offices, Bridge Street, Reading, RG1 2LU.
Persons authorised to be present at the opening of tenders: yes.
Additional information about authorised persons and opening procedure: Managing Director or his/her representative, and the Service Head or Project Officer responsible for the invitation of the tenders or his/her representative.

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 procurement exercise will be conducted in accordance with the information contained in the procurement documents. The contracting authority does not bind itself to enter into any contract as a result of the publication of this notice and will not, under any circumstances, have any liability for any costs any person responding to this notice incurs in any part of the tender process.
The contract is being procured under an open procedure and organisations interested in expressing an interest should download the procurement documents which are available on the Council’s e-tendering system at: (Project Reference No. RBC 00000011 refers), and complete as instructed.
The Portal is free of charge — to register please follow the supplier registration guidance which is available on the Portal.
Contractors wishing to be considered for this tendering opportunity must complete the tender documents and return them electronically via the Council’s e-tendering portal. The deadline for return of the tender is stipulated at Section IV.3.4.
Please note: you must register your interest via the Council’s e-tendering portal if you intend to submit a tender. Interested parties must log onto the Council’s e-tendering portal at: , to express an interest and download the procurement documents. All communications regarding this procurement exercise will be conducted through the Council’s e-tendering portal including requests for clarifications or general enquiries.
The procurement documents will be available for download up until the closing time and date for tender submissions, it is the organisation’s responsibility to ensure that they download the documents in ample time to ensure that they can be completed and returned electronically, along with supporting documents, prior to the closing time and date stipulated at Section IV.3.4 of this Contract Notice.
Before completing the tender, potential providers/suppliers should ensure that the e-mail address that has been used to register their organisation will be checked regularly as the Council’s e-tendering system will generate automatic notifications to this e-mail address when there are updates, changes or messages sent relating to the project. Potential bidders should also check that their organisation’s details are correct and kept up to date.
Technical questions and assistance regarding the use and operation of the Portal should be addressed to the In-Tend Help Desk — e-mail: support@in-tend.co.uk telephone number +44 8442728810.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Reading Borough Council
Corporate Procurement Unit, Floor 2, Civic Offices, Bridge Street
Reading
Postal code: RG1 2LU
United Kingdom
Phone: +44 1189372945
Email: corporate.procurement@reading.gov.uk
Internet address: www.reading.gov.uk
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:The Council will incorporate a standstill period at the point when information on the proposed award of contract is communicated to tenderers. 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, in accordance with Regulation 87 (application of a standstill period prior to contract award) and Regulation 95 (challenge to award decision) of the United Kingdom’s Public Contracts Regulations 2015.
VI.5) Date of dispatch of this notice:
30.03.2016