The Newcastle upon Tyne Hospitals NHS Foundation Trust: Contract for the Provision of Microbiological Testing of Water Quality Service

  The Newcastle upon Tyne Hospitals NHS Foundation Trust has published this notice through Delta eSourcing

Notice Summary
Title: Contract for the Provision of Microbiological Testing of Water Quality Service
Notice type: Contract Notice
Authority: The Newcastle upon Tyne Hospitals NHS Foundation Trust
Nature of contract: Services
Procedure: Open
Short Description: The Newcastle upon Tyne Hospitals NHS Foundation Trust wishes to contract a Microbiological Testing Service Provider to carry out a range of water sample analysis for the presence of waterborne organisms to comply with Health Technical Memorandum (HTM) 04-01 Parts A,B & C: Safe Water in Healthcare Premises, L8 Approved Code of Practice and Guidance (Fourth Edition), HSG parts 1,2 & 3, HBN 00-09, BS 7592:2008, BS EN ISO 11731-2:2008, BS6068-4.18:2004, BS6068-4.12:1998 and ISO 11731:1998.
Published: 17/07/2019 14:43

View Full Notice

UK-Newcastle upon Tyne: Technical testing, analysis and consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Newcastle upon Tyne Hospitals NHS Foundation Trust
             Freeman Road, High Heaton, Newcastle upon Tyne, NE7 7DN, United Kingdom
             Tel. +44 1912820966, Email: angela.oconnor@nuth.nhs.uk
             Contact: Angela O'Connor
             Main Address: www.newcastle-hospitals.org.uk
             NUTS Code: UKC2
      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: www.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-sourcing.com 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: Contract for the Provision of Microbiological Testing of Water Quality Service       
      Reference Number: T/19/13
      II.1.2) Main CPV Code:
      71600000 - Technical testing, analysis and consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Newcastle upon Tyne Hospitals NHS Foundation Trust wishes to contract a Microbiological Testing Service Provider to carry out a range of water sample analysis for the presence of waterborne organisms to comply with Health Technical Memorandum (HTM) 04-01 Parts A,B & C: Safe Water in Healthcare Premises, L8 Approved Code of Practice and Guidance (Fourth Edition), HSG parts 1,2 & 3, HBN 00-09, BS 7592:2008, BS EN ISO 11731-2:2008, BS6068-4.18:2004, BS6068-4.12:1998 and ISO 11731:1998.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKC2 Northumberland and Tyne and Wear
      
      II.2.4) Description of procurement: The Newcastle upon Tyne Hospitals NHS Foundation Trust wishes to contract a Microbiological Testing Service Provider to carry out a range of water sample analysis for the presence of waterborne organisms to comply with Health Technical Memorandum (HTM) 04-01 Parts A,B & C: Safe Water in Healthcare Premises, L8 Approved Code of Practice and Guidance (Fourth Edition), HSG parts 1,2 & 3, HBN 00-09, BS 7592:2008, BS EN ISO 11731-2:2008, BS6068-4.18:2004, BS6068-4.12:1998 and ISO 11731:1998.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: There is an option to extend the contract ( at the sole discretion of the Authority )for a further 24 months , in a 12 or 24 month increment.
      
      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 - NO    
         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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 19/08/2019 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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 19/08/2019
         Time: 13:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   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=414434806
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Newcastle upon Tyne Hospitals NHS Foundation Trust
       Freeman Road, High Heaton, Newcastle upon Tyne, NE7 7DN, United Kingdom
       Tel. +44 1912131133
   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: 17/07/2019

Annex A


View any Notice Addenda

UK-Newcastle upon Tyne: Technical testing, analysis and consultancy services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       The Newcastle upon Tyne Hospitals NHS Foundation Trust
       Freeman Road, High Heaton, Newcastle upon Tyne, NE7 7DN, United Kingdom
       Tel. +44 1912820966, Email: angela.oconnor@nuth.nhs.uk
       Contact: Angela O'Connor
       Main Address: www.newcastle-hospitals.org.uk
       NUTS Code: UKC2

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Contract for the Provision of Microbiological Testing of Water Quality Service      Reference number: T/19/13      
   II.1.2) Main CPV code:
      71600000 - Technical testing, analysis and consultancy services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: The Newcastle upon Tyne Hospitals NHS Foundation Trust wishes to contract a Microbiological Testing Service Provider to carry out a range of water sample analysis for the presence of waterborne organisms to comply with Health Technical Memorandum (HTM) 04-01 Parts A,B & C: Safe Water in Healthcare Premises, L8 Approved Code of Practice and Guidance (Fourth Edition), HSG parts 1,2 & 3, HBN 00-09, BS 7592:2008, BS EN ISO 11731-2:2008, BS6068-4.18:2004, BS6068-4.12:1998 and ISO 11731:1998.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 22/07/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 231759   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 17/07/2019

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: I.3          
         Lot No: Not provided          
         Place of text to be modified: Communication          
         Instead of: The procurement documents are available for unrestricted and full direct access, free of charge, at: www.delta-esourcing.com

Additional information can be obtained from the abovementioned address

Tenders or requests to participate must be submitted electronically via: www.delta-sourcing.com

Tenders or requests to participate must be submitted to the abovementioned address          
         Read: The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Newcastle-upon-Tyne:-Technical-Testing-Analysis-and-Consultancy-Services./96UHZX639K

Additional information can be obtained from the abovementioned address

Tenders or requests to participate must be submitted electronically via: http://www.delta-esourcing.com/tenders/UK-UK-Newcastle-upon-Tyne:-Technical-Testing-Analysis-and-Consultancy-Services./96UHZX639K

Tenders or requests to participate must be submitted to the abovementioned address
                                    
   
VII.2) Other 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=415605146


View Award Notice