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
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
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