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: | Vending machines and Water Coolers Solutions |
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: | Tenders are invited for the supply, delivery and installation of a range of Vending Machines, Bottled and Point-of-Use Water Coolers. The requirement is divided into Lots (see Annex B1-B5) |
Published: | 07/07/2015 17:09 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
North Tees & Hartlepool NHS Trust
University Hospital of North Tees, Hardwick, TS19 8PE, United Kingdom
Tel. +44 1642383757, Email: Christopher.smith@nth.nhs.uk
Attn: Smith Christopher
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Health
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Vending machines and Water Coolers Solutions
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKC11 - Hartlepool and Stockton-on-Tees
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Vending machines. Water coolers. Tenders are invited for the supply, delivery and installation of a range of Vending Machines, Bottled and Point-of-Use Water Coolers.
The requirement is divided into Lots (see Annex B1-B5)
II.1.6)Common Procurement Vocabulary:
42933000 - Vending machines.
31141000 - Water coolers.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Vending machines and Water coolers. Tenders are invited for the supply, delivery and installation of a range of Vending Machines, Bottled and Point-of-Use Water Coolers.
The requirement is divided into Lots
— Lot 1 - Snacks and Confectionary
— Lot 2 - Hot Beverages
— Lot 3 - Refrigerated Drinks
— Lot 4 - Point-of-Use and Bottled Water Coolers
Estimated value excluding VAT:
Range between: 1 and 40,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Lot No: 1
Title: Vending Machines (Snacks and confectionary)
1)Short Description:
The Trust requires a concessionary contract for a fully managed, self-fill, self-supporting vending service, inclusive of delivery charges, free on loan machines and all service and cleaning charges.
2)Common Procurement Vocabulary:
42933000 - Vending machines.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Vending Machines (Hot Beverages)
1)Short Description:
The Trust requires a concessionary contract for a fully managed, self-fill, self-supporting vending service, inclusive of delivery charges, free on loan machines and all service and cleaning charges.
2)Common Procurement Vocabulary:
42933000 - Vending machines.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 3
Title: Vending Machines (Refrigerated Drinks)
1)Short Description:
The Trust requires a concessionary contract for a fully managed, self-fill, self-supporting vending service, inclusive of delivery charges, free on loan machines and all service and cleaning charges.
2)Common Procurement Vocabulary:
42933000 - Vending machines.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 4
Title: Water Coolers (Point-of-Use and Bottled Water Coolers)
1)Short Description:
The Trust requires a fully managed water cooler service, inclusive of delivery charges, free on all service and cleaning charges.
2)Common Procurement Vocabulary:
31141000 - Water coolers.
3)Quantity Or Scope: Not Provided
If known, estimated cost of works excluding VAT: 30,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Not Provided
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Not Provided
III.2.3)Technical capacity
Technical capacity - means of proof required
Not Provided
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 10/08/2015
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided
IV.3.8)Conditions for opening tenders
Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=146170228
GO-201577-PRO-6764298 TKR-201577-PRO-6764297
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
North Tees & Hartlepool NHS Trust
University Hospital of North Tees, Hardwick, TS19 8PE, United Kingdom
Tel. +44 1642624782, Email: cardeahelpdesk@cddft.nhs.uk, URL: https://www.cardea.nhs.uk
Body responsible for mediation procedures:
North Tees & Hartlepool NHS Trust
University Hospital of North Tees, Hardwick, TS19 8PE, United Kingdom
Tel. +44 1642624782, Email: cardeahelpdesk@cddft.nhs.uk, URL: https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=3179&Culture=en-GB
VI.4.2)Lodging of appeals: North Tees & Hartlepool NHS Foundation Trust will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Trust as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts 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). Any such action must general be brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Trust has communicated the award of the contract and a summary reason to tenders, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into the court may order the setting aside of the award decision or order the Trust to amend any documents and may award damages. If the contract has been entered into the Court may, depending on the circumstance, award damages, make a declaration of ineffectiveness, order the Trust to pay a fine, and/or order that the duration of the contract to be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
North Tees & Hartlepool NHS Trust
University Hospital of North Tees, Hardwick, TS19 8PE, United Kingdom
Tel. +44 1642624782, Email: cardeahelpdesk@cddft.nhs.uk, URL: https://www.cardea.nhs.uk
VI.5) Date Of Dispatch Of This Notice: 07/07/2015
ANNEX A