North Tees & Hartlepool Solutions LLP working on behalf of North Tees & Hartlepool NHS Foundation Trust: Fire Stopping & Precautionary Services

  North Tees & Hartlepool Solutions LLP working on behalf of North Tees & Hartlepool NHS Foundation Trust has published this notice through Delta eSourcing

Notice Summary
Title: Fire Stopping & Precautionary Services
Notice type: Contract Notice
Authority: North Tees & Hartlepool Solutions LLP working on behalf of North Tees & Hartlepool NHS Foundation Trust
Nature of contract: Services
Procedure: Open
Short Description: The Authority intends to establish a framework agreement with experienced and competent contractors for fire precautionary/stopping work. All types of fire precautionary/stopping work are to be covered by this framework agreement. This includes all elements of Fire Precaution / stopping infrastructure within the existing Trust owned estate, or any other buildings where the Trust provides a service. This lot also includes all necessary and associated fixtures and fittings required to allow the effective completion of the project
Published: 15/04/2019 17:10

View Full Notice

UK-Stockton-on-Tees: Fire-prevention installation works.
Section I: Contracting Authority
      I.1) Name and addresses
             North Tees & Hartlepool Solutions LLP contracting on behalf of North Tees & Hartlepool NHS Foundation Trust
             University Hospital of North Tees, Hardwick, Stockton, Stockton-on-Tees, TS19 8PE, United Kingdom
             Tel. +44 1642383214, Email: cdda-tr.cardeahelpdesk@nhs.net
             Contact: Kate Jones
             Main Address: https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx, Address of the buyer profile: https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx
             NUTS Code: UKC11
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=4068&Culture=en-
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=4068&Culture=en- to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Fire Stopping & Precautionary Services       
      Reference Number: PS827-4.19
      II.1.2) Main CPV Code:
      45343000 - Fire-prevention installation works.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Authority intends to establish a framework agreement with experienced and competent contractors for fire precautionary/stopping work. All types of fire precautionary/stopping work are to be covered by this framework agreement. This includes all elements of Fire Precaution / stopping infrastructure within the existing Trust owned estate, or any other buildings where the Trust provides a service. This lot also includes all necessary and associated fixtures and fittings required to allow the effective completion of the project       
      II.1.5) Estimated total value:
      Value excluding VAT: 216,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45343000 - Fire-prevention installation works.
      
      II.2.3) Place of performance:
      UKC11 Hartlepool and Stockton-on-Tees
      
      II.2.4) Description of procurement: All types of fire precautionary/stopping work are to be covered by this framework agreement. This includes all elements of Fire Precaution / stopping infrastructure within the existing Trust owned estate, or any other buildings where the Trust provides a service. This lot also includes all necessary and associated fixtures and fittings required to allow the effective completion of the project
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: B1 Technical Ability / Weighting: 20
            Quality criterion - Name: B2 Delivery & Implementation / Weighting: 10
                        
            Cost criterion - Name: Price / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 216,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: Two optional 12 month extensions
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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:
         Notice number in the OJ S: 2018/S 234 - 535125       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 17/05/2019 Time: 12:00
            
      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:
         Duration in month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 17/05/2019
         Time: 13:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=391023274
   VI.4) Procedures for review
   VI.4.1) Review body:
             North Tees & Hartlepool Solutions working on behalf of North Tees & Hartlepool NHS Foundation Trust
       University Hospital of North Tees, Hardwick, Stockton, Stockton-on-Tees, TS19 8PE, United Kingdom
       Tel. +44 1642624782, Email: cdda-tr.cardeahelpdesk@nhs.net
       Internet address: https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 15/04/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Stockton-on-Tees: Fire-prevention installation works.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       North Tees & Hartlepool Solutions LLP contracting on behalf of North Tees & Hartlepool NHS Foundation Trust
       University Hospital of North Tees, Hardwick, Stockton, Stockton-on-Tees, TS19 8PE, United Kingdom
       Tel. +44 1642383214, Email: cdda-tr.cardeahelpdesk@nhs.net
       Contact: Kate Jones
       Main Address: https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx, Address of the buyer profile: https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx
       NUTS Code: UKC11

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Fire Stopping & Precautionary Services            
      Reference number: PS827-4.19

      II.1.2) Main CPV code:
         45343000 - Fire-prevention installation works.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Authority intends to establish a framework agreement with experienced and competent contractors for fire precautionary/stopping work. All types of fire precautionary/stopping work are to be covered by this framework agreement. This includes all elements of Fire Precaution / stopping infrastructure within the existing Trust owned estate, or any other buildings where the Trust provides a service. This lot also includes all necessary and associated fixtures and fittings required to allow the effective completion of the project

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 216,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            45343000 - Fire-prevention installation works.


      II.2.3) Place of performance
      Nuts code:
      UKC11 - Hartlepool and Stockton-on-Tees
   
      Main site or place of performance:
      Hartlepool and Stockton-on-Tees
             

      II.2.4) Description of the procurement: All types of fire precautionary/stopping work are to be covered by this framework agreement. This includes all elements of Fire Precaution / stopping infrastructure within the existing Trust owned estate, or any other buildings where the Trust provides a service. This lot also includes all necessary and associated fixtures and fittings required to allow the effective completion of the project

      II.2.5) Award criteria:
      Quality criterion - Name: B1 Technical Ability / Weighting: 20
      Quality criterion - Name: B2 Delivery & Implementation / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 70
            

      II.2.11) Information about options
         Options: No
         

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: PS827-4.19    
   Lot Number: Not Provided    
   Title: Fire Stopping and Precautionary Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 05/09/2019

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Neo Property Solutions Limited
             Neo Court,, Knowsthorpe Lane, Cross Green Industrial Estate, Leeds, LS9 0PF, United Kingdom
             Tel. +44 8434554455, Email: tenders@neo-ps.com
             NUTS Code: UKC11
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Castle Construction North East Limited
             12 Emmerson Street, Linthorpe, Middlesbrough, TS5 6JF, United Kingdom
             Tel. +44 1642824114, Email: colin@castlene.co.uk
             NUTS Code: UKC11
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 216,000          
         Total value of the contract/lot: 216,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=441035209

   VI.4) Procedures for review

      VI.4.1) Review body
          North Tees & Hartlepool Solutions working on behalf of North Tees & Hartlepool NHS Foundation Trust
          University Hospital of North Tees, Hardwick, Stockton, Stockton-on-Tees, TS19 8PE, United Kingdom
          Tel. +44 1642624782, Email: cdda-tr.cardeahelpdesk@nhs.net
          Internet address: https://www.cardea.nhs.uk/

      VI.4.2) Body responsible for mediation procedures
          N/A
          N/A, United Kingdom
          Tel. +44 000000000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          N/A
          N/A, United Kingdom
          Tel. +44 000000000

   VI.5) Date of dispatch of this notice: 06/11/2019