Northampton General Hospital NHS Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | CHLOX |
Notice type: | Contract Award Notice |
Authority: | Northampton General Hospital NHS Trust |
Nature of contract: | Supplies |
Procedure: | Award without prior publication |
Short Description: | The Trust requires Biocidal water treatment to the main potable water incoming supplies. These are based within the Admin and Main site buildings. The biocide will be in the form of Catalytic Chlorine Dioxide to be dosed at specified values in line with BS EN 12671 with a final residue of 0.5ppm |
Published: | 31/10/2022 09:59 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Northampton General Hospital NHS Trust
Cliftonville, Northampton, NN1 5BD, United Kingdom
Tel. +44 1604523922, Email: lynda.furness@nhs.net
Contact: Lynda Furness
Main Address: https://www.northamptongeneral.nhs.uk/Home.aspx, Address of the buyer profile: https://www.northamptongeneral.nhs.uk/Home.aspx
NUTS Code: UKF24
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: CHLOX
Reference number: Not Provided
II.1.2) Main CPV code:
09320000 - Steam, hot water and associated products.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Trust requires Biocidal water treatment to the main potable water incoming supplies. These are based within the Admin and Main site buildings. The biocide will be in the form of Catalytic Chlorine Dioxide to be dosed at specified values in line with BS EN 12671 with a final residue of 0.5ppm
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 50,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKF24 - West Northamptonshire
Main site or place of performance:
West Northamptonshire
II.2.4) Description of the procurement: The Trust requires Biocidal water treatment to the main potable water incoming supplies. These are based within the Admin and Main site buildings. The biocide will be in the form of Catalytic Chlorine Dioxide to be dosed at specified values in line with BS EN 12671 with a final residue of 0.5ppm.
The proposal will be for open protocol plant and equipment complete with all necessary, alarms, monitors, pumps and bunds.
The proposal will allow for all chemical supply, delivery and usage based on Admin 43m³ and Main Building 335m³
The chemical levels are to be remotely monitored and supplied in bulk delivery format to reduce the risk of inadvertent chemical application.
The proposal will allow for all statutory maintenance and assurance checks with monthly reports presented to the Trust.
II.2.5) Award criteria:
Cost criterion - Name: Price is not the only criteria / Weighting: 60
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: The Trust will evaluate based on the following aspects
•Cost
•Availability of component parts for maintenance purposes
•Chemical delivery and cost
•Open protocol equipment
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below (please complete Annex D1)
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: No
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: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/10/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Feedwater Limited, 01274270
UNIT 15 TARRAN WAY WEST, TARRAN INDUSTRIAL ESTATE, WIRRAL,, CH46 4TT, United Kingdom
Tel. +44 1516060808, Email: info@feedwater.co.uk
Internet address: www.feedwater.co.uk
NUTS Code: UKD74
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 50,000
Total value of the contract/lot: 38,281
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: •Current CHlox units are end of life with one having a temporary unit in place due to failure and the other likely to fall over within 3 months . Lead time/winter pressures/water safety and will cost considerably more if we have to do this as an emergency during winter
•Contract includes additional servicing and testing/reporting during contract term, more in line with our standards and adds resilience to our water safety group reporting.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=731902297
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
Internet address: https://theroyalcourtsofjustice.com/
VI.4.2) Body responsible for mediation procedures
Northampton General Hospital NHS Trust
Cliftonville, Northampton, NN1 5BD, United Kingdom
Tel. +44 1604523922
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
Northampton General Hospital NHS Trust
Cliftonville, Northampton, NN1 5BD, United Kingdom
Tel. +44 1604523922
VI.5) Date of dispatch of this notice: 31/10/2022
ANNEX D
1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU
No tenders or no suitable tenders/requests to participate in response to: Not Provided
The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive (for supplies only): No
The works, supplies or services can be provided only by a particular economic operator for the following reason: No
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: Yes
Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No
Procurement of supplies quoted and purchased on a commodity market: No
Purchase of supplies or services on particularly advantageous terms: No
3. Explanation
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive
•Current CHlox units are end of life with one having a temporary unit in place due to failure and the other likely to fall over within 3 months (hence the 3 quotations and not tender). Lead time/winter pressures/water safety and will cost considerably more if we have to do this as an emergency during winter (won’t happen/suppliers)
•Contract includes additional servicing and testing/reporting during contract term, more in line with our standards and adds resilience to our water safety group reporting.