|
IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.
|
Procurement Notice Details
Repair and maintenance services [maintenance of specialist theatre equipment - includes radioactivity monitoring etc]
UK
Purchaser: Business Services Organisation Procurement and Logistics Service
12/04/2018 S71 - - Services - Contract notice - Open procedure I.II.III.IV.VI. United Kingdom-Ballymena: Repair and maintenance services
2018/S 071-157421
Contract notice
Services
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses Business Services Organisation Procurement and Logistics Service Greenmount House, Woodside Road Industrial Estate, Woodside Road Ballymena BT42 4QJ United Kingdom E-mail: adriana.haveron@hscni.net NUTS code: UK Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses Belfast Health and Social Care Trust A Floor, Belfast City Hospital, Lisburn Road Belfast BT9 7AB United Kingdom E-mail: adriana.haveron@hscni.net NUTS code: UK Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses Northern Health and Social Care Trust Bretten Hall, Bush Road Antrim BT41 2RL United Kingdom E-mail: adriana.haveron@hscni.net NUTS code: UK Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses South Eastern Health and Social Care Trust Ulster Hospital, Upper Newtownards Rd Belfast BT16 1RH United Kingdom E-mail: adriana.haveron@hscni.net NUTS code: UK Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses Southern Health and Social Care Trust Craigavon Area Hospital, 68 Lurgan Road Portadown BT63 5QQ United Kingdom E-mail: adriana.haveron@hscni.net NUTS code: UK Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses Western Health and Social Care Trust Altnagelvin Area Hospital, Glenshane Road Londonderry BT47 6SB United Kingdom E-mail: adriana.haveron@hscni.net NUTS code: UK Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Information about joint procurement The contract involves joint procurement I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendersni.gov.uk/ep Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: https://etendersni.gov.uk/ep I.4) Type of the contracting authority Body governed by public law I.5) Main activity Health Section II: Object
II.1) Scope of the procurement II.1.1) Title: Maintenance of Specialist Theatre Equipment
II.1.2) Main CPV code 50000000 II.1.3) Type of contract Services II.1.4) Short description: Maintenance of Specialist Theatre Equipment: Balloon Pumps, Blood Analysers / Blood Warmers, Cavatron Ultrasonic Surgical Aspirator, Fluid Management Systems, Lithoclasts, Lithotriptor, Neurosurgery, Navigation Systems, Nerve Stimulators, Oesophageal Doppler, Patient Warming Systems/ Patient Cooling, Radioactivity Monitoring, Smoke Evacuation, Surgeon Headlights, Tourniquets, Specialist Cardiac Theatre Equipment, General Theatre Equipment.
II.1.5) Estimated total value II.1.6) Information about lots This contract is divided into lots: no II.2) Description II.2.1) Title: II.2.2) Additional CPV code(s) 50800000 50400000 33162000 33162200 48814300 II.2.3) Place of performance NUTS code: UK NUTS code: UKN II.2.4) Description of the procurement: Maintenance of Specialist Theatre Equipment: Balloon Pumps, Blood Analysers / Blood Warmers, Cavatron Ultrasonic Surgical Aspirator, Fluid Management Systems, Lithoclasts, Lithotriptor, Neurosurgery, Navigation Systems, Nerve Stimulators, Oesophageal Doppler, Patient Warming Systems / Patient Cooling, Radioactivity Monitoring, Smoke Evacuation, Surgeon Headlights, Tourniquets, Specialist Cardiac Theatre Equipment, General Theatre Equipment.
II.2.5) Award criteria Criteria below Price II.2.6) Estimated value Value excluding VAT: 7 870 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: yes Description of renewals: Option to extend for any period(s) up to 24 months.
II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no II.2.12) Information about electronic catalogues II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14) Additional information This Tender is made up of 41 sections with a range of values from 1 792 785 GBP to 7 870 000 GBP which has been calculated on the basis of a 5 year Contract plus maximum 24 month extension and contingency for potential additional equipment or higher level of repairs during the Contract period for all Clients for all sections.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers III.1.2) Economic and financial standing III.1.3) Technical and professional ability III.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.1) Information about a particular profession III.2.2) Contract performance conditions: III.2.3) Information about staff responsible for the performance of the contract Section IV: Procedure
IV.1) Description IV.1.1) Type of procedure Open procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6) Information about electronic auction IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2) Administrative information IV.2.1) Previous publication concerning this procedure IV.2.2) Time limit for receipt of tenders or requests to participate Date: 11/05/2018 Local time: 15:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates IV.2.4) Languages in which tenders or requests to participate may be submitted: English IV.2.6) Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 08/09/2018 IV.2.7) Conditions for opening of tenders Date: 11/05/2018 Local time: 15:30 Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows VI.3) Additional information: In section I.2, it is stated that this procurement is a joint procedure and Contract award is by a Central Purchasing Body. This Contract is not a joint Contract, it is a Central Purchasing Body Contract operated by Business Services Organisation Procurement and Logistics. Service on behalf of the participants listed in I.1.The Contracting Authority 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 review VI.4.1) Review body Business services organisation procurement and logistics service Belfast United Kingdom VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure Precise information on deadline(s) for review procedures: 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 Contract Regulations 2015 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.4.4) Service from which information about the review procedure may be obtained VI.5) Date of dispatch of this notice: 10/04/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|