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

Public Health England (PHE), also referred to as he 'Authority', is looking to purchase a meta phase harvester. Included in this requirement will be delivery and installation.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Public Health England
Chilton
For the attention of: James Gatawa
OX11 0RQ Didcot
UNITED KINGDOM
Telephone: +44 1235825438
E-mail:

Internet address(es):

General address of the contracting authority: www.gov.uk/government/organisations/public-health-england

Address of the buyer profile: www.phe.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
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Public Health England (PHE), also referred to as he 'Authority', is looking to purchase a meta phase harvester. Included in this requirement will be delivery and installation.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: CRCE, Chilton, Didcot, OX11 0RQ.

NUTS code UKJ14

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

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

Estimated value excluding VAT:
Range: between 100 000 and 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
Public Health England (PHE), also referred to as he 'Authority', is looking to purchase a meta phase harvester for CRCE Chilton.
II.1.6)Common procurement vocabulary (CPV)

38432000

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:
Initial contract will be for one metaphase harvester only and may include maintenance/servicing.
Estimated value excluding VAT:
Range: between 200 000 and 300 000 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: 60 (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:
Participants will be advised if this is necessary during the procurement process. Parent company and/or other guarantees of performance and financial liability may be required if considered appropriate
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see the tender documentation
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please see the tender documentation
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who: (a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations; (b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations; (c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct; (d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate; (e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information; (h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA; (i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; (j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities; (k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.

Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): www.phe.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 email 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 and 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.

III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: A supplier must be in a sound financial position to participate in a procurement of this size as set out in Regulation 24 of the Public Contracts Regulations 2006 (SI 2006 No. 5)
Minimum level(s) of standards possibly required: Please see tender documentation.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
Please see tender documentation.
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
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 below

1. Price, overall cost effectiveness. Weighting 30

2. Quality, Specification, Delivery, Performance Risk. Weighting 70

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:
Bravo itt_1103
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: 23.1.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.1.2014 - 12:00
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
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Contracting Authority intends to use an eTendering 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 contract awarded, is 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;
(ii) intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction and
(iii) 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 will consider variant bids (if accompanied by a compliant bid) within the parameters outlined within the invitation to tender. The Contracting Authority wishes to establish a contract for use by UK public sector bodies (and any future successors to these organisations) including but not inclusive of: Ministry or any other national or federal authority, including their regional or local sub-divisions, specifically referring to: Department of Health, Public Health England, MHRA, 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 To access the tender suppliers must register on our e-tendering portal www.phe.bravosolution.co.uk The tender can then be assessed and completed.

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:
29.11.2013