Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


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.