Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Northern Lincolnshire and Goole Hospitals NHS Foundation Trust
Diana Princess of Wales Hospital, Scartho Road, North East Lincolnshire
Contact point(s): Leaseguard Group Limited
For the attention of: Lesley Saunders
DN33 2BA Grimsby
UNITED KINGDOM
Telephone: +44 1865340819
E-mail:
Internet address(es):
General address of the contracting authority: www.nlg.nhs.uk
Further information can be obtained from: Leaseguard Group Limited
Little Baldon House
Contact point(s): Lesley Saunders
OX44 9PU Nuneham Courtney
UNITED KINGDOM
Telephone: +44 1865340819
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: as above
Tenders or requests to participate must be sent to: as above
I.2)Type of the contracting authorityBody governed by public law
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
United Lincolnshire Hospitals NHS Trust
Lincoln County Hospital, Greetwell Road
LN2 4AX Lincoln
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Contract for the Provision of PPM Inspections and Testing on Fire Systems.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
NUTS code UKF3,UKF30
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)This tender invites Bidders to bid for the inspections and testing on Fire Alarm Systems, first line telephone technical support and reactive maintenance.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Panels requiring inspections and testing located across four sites, in Grimbsy x 106, Scunthorpe x 22, Goole x 3 and Boston x 23
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Grimsby1)Short descriptionThe Trust is looking for a contractor to carry out inspections and testing on Fire Alarm Systems, first line telephone technical support and reactive maintenance. Bidders must be an existing "Morley approved installer” and must have experience and competency in Supervisor S3 and winmag demonstrated via references.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Scunthorpe & Goole1)Short descriptionThe Trust is looking for a contractor to carry out inspections and testing on Fire Alarm Systems, first line telephone technical support and reactive maintenance. Bidders must be an existing "Gent approved system integrator to Elite System Integrator (ESI), or Gent Technology Centre (GTC)” and a "Morley approved installer” and must have experience and competency in Supervisor S3 and winmag demonstrated via references.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Pilgrim1)Short descriptionThe Trust is looking for a contractor to carry out inspections and testing on Fire Alarm Systems, first line telephone technical support and reactive maintenance. Bidders must be an existing "Gent approved system integrator to Elite System Integrator (ESI), or Gent Technology Centre (GTC)” and a "Morley approved installer” and must have experience and competency in Supervisor S3 and winmag demonstrated via references.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:The Contracting Authority reserves the right to request deposits and guarantees.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Details will be included in the PQQ.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:The Trust reserves the right to require joint and several liability.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Details will be included in the PQQ.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Details will be included in the PQQ.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Details will be included in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 55
2. Service Delivery. Weighting 45
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 22.10.2013 - 23:59
IV.3.4)Time limit for receipt of tenders or requests to participate22.10.2013 - 23:59
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates19.11.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: Earliest 2018.
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationThis tender is for the inspections and testing on Fire Alarm Systems, first line telephone technical support and reactive maintenance. Bidders must be an existing "Gent approved system integrator to Elite System Integrator (ESI), or Gent Technology Centre (GTC)” and a "Morley approved installer” and must have experience and competency in Supervisor S3 and winmag demonstrated via references.
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document.
Payable documents: yes.
Price:
Terms and method of payment:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresSee section V1.4.2) below
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Public Contracts Regulations 2006 (SI 2006 No 5) 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).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:3.10.2013