By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Tender for the provision of servicing and maintenance of the autoclaves, cage washers and washing machines at the National Institute for Biological Standards and Controls (NIBSC).

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Health Protection Agency
61 Colindale Avenue
For the attention of: Mark Edwards
NW9 5EQ London
UNITED KINGDOM
Telephone: +44 2083276679
E-mail:

Internet address(es):

General address of the contracting authority: www.hpa.org.uk

Address of the buyer profile: www.hpa.bravosolution.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
National or federal agency/office
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

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Tender for the provision of servicing and maintenance of the autoclaves, cage washers and washing machines at the National Institute for Biological Standards and Controls (NIBSC).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: National Institute for Biological Standards and Control.
Blanche Lane.
South Mimms.
Potters Bar.
Hertfordshire.
EN6 3QG.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4
Justification for a framework agreement, the duration of which exceeds four years: The duration of these services is 4 years (3+1).
A framework with a single supplier is required to ensure other ALB's have access to these services. This is in accordance with DoH protocols.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 180,000 and 240,000 GBP
II.1.5)Short description of the contract or purchase(s)
The provision of servicing and maintenance of HPA NIBSC’s autoclaves, cage washers, and washing machines.
This includes:
- Testing and calibration of assets,
- Development & implementation of a service plan,
- Development and implementation of a re-validation plan,
- Certification of an equipment list,
- Risk assessments and method statements,
- Staff training; and,
- Provision of asset spares.
II.1.6)Common procurement vocabulary (CPV)

33191110, 50000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
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:
Tender for the provision of servicing and maintenance of autoclaves, cage washers, and washing machines for the National Institute for Biological Standards and Controls (NIBSC).
The estimated minimum committed spend by the HPA is 180 000 GBP.
Estimated value excluding VAT:
Range: between 180 000 and 240 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please see tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please see tender documents.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Potential Providers will be assessed in accordance with Parts 4 and 5 of the Public Contracts Regulations 2006, as amended(implementing Title II, Chapter VII, Section 2 of Directive 2004/18/EC), on the basis of information received in response to an invitation to tender.
Suppliers instructions how to express interest in this tender:

1. Register your company on the eSourcing portal (this is only required once): https://hpa.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click 'continue' - Enter your correct business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an e-mail with your unique password (please keep this secure);

2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the 'Express Interest' button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box;
3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
When requesting access to the online questionnaires, please notify the team if you have any accessibility issues (disabilities) which may prevent you from providing a high quality response using the e-Sourcing portal. This will then allow the Contracting Authority to agree with you an appropriate format for you to view and respond to the requirements. All communications shall be in English. Tenders and all supporting documentation must be priced in Sterling and all payments under the contract will be in Sterling. Any contract or agreement resulting from the acceptance of a tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts. The Contracting Authority does not bind itself to accept any tender and reserves the right to accept any part of the tender unless the potential provider expressly stipulates to the contrary.
Any Potential provider may be disqualified who meets any of the criteria outlined in 23 (4) of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter vii, Section 2 of Directive 2004/18/EC).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Potential providers will be assessed in accordance with Parts 4 and 5 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18/EC), on the basis of information received in response to an invitation to tender.
The Contracting Authority may take into account any of the following information:
(a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 2 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Potential Providers will be assessed in accordance with Parts 4 and 5 of the Public Contracts Regulations 2006,as amended (implementing Title II, Chapter vii, Section 2 of Directive 2004/18/EC), on the basis of information received in response to an Invitation to Tender.
The Contracting Authority may have regard to any of the following means in its assessment:
(a) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private;
(b) An indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(c) A statement of the average annual manpower of the service provider or contractor;
(d) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 1
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
ITT 656 (Project 724)
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 17.1.2014 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
8.2.2013 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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 intends to use an e-Tendering system in this procurement exercise and reserves the right to use a reverse auction.

Potential providers should note that, in accordance with the UK Government’s policies on transparency, the Contracting Authority intends to publish the invitation to tender and the text of the provision of servicing and maintenance of autoclaves contract, subject to possible redactions at the discretion of the Contracting Authority. Further information on transparency can be found at: http://www.buyingsolutions.gov.uk/aboutus/transparency/.

The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the potential providers. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential providers.
The Contracting Authority wishes to establish this contract for the provision of servicing and maintenance of autoclaves, cage washers, and washing machines for use by the following UK public sector bodies (and any future successors to these organisations):
Ministry or any other national or federal authority, including their regional or local sub-divisions, specifically referring to:
Department of Health.
Health Protection Agency.
NHS Blood and Transplant.
Medicines and Healthcare products Regulatory Agency.
And other Department of Health Arms Length Bodies (ALBs) and any other bodies pursuant to the Health and Soical Care Bill (in its form which receives Royal Assent), including, but not limited to:
National Institute for Health and Clinical Excellence.
National Treatment Agency for Substance Misuse.
Care Quality Commission.
General Social Care Council.
Human Fertilisation and Embryology Authority.
Human Tissue Authority.
Council for Healthcare Regulatory Excellence.
NHS Business Services Authority.
National Patient Safety Agency.
NHS institute for Innovation and Improvement.
NHS Litigation Authority.
Health and Social Care Information Centre.
NHS Appointments Commission.
Monitor.
Alcohol Education and Research Council.
Please be advised that the invitation to tender will be made available to potential providers on the e-Sourcing portal at 12:00 noon on 15.2.2012. Potential providers will be able to register on the e-Sourcing portal before this date, however they will not be able to see details of the event on the e-Sourcing portal until after this time.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
4.12.2012