Tender

Newborn Screening Equipment for CHT, CF and Sample Puncher

  • Procurement and Logistics Service
  • Belfast Health and Social Care Trust

F02: Contract notice

Notice identifier: 2023/S 000-012587

Procurement identifier (OCID): ocds-h6vhtk-03c5d4

Published 3 May 2023, 8:35am



Section one: Contracting authority

one.1) Name and addresses

Procurement and Logistics Service

Supplies Centre, Gransha Hospital

Londonderry

BT47 6YZ

Email

jayne.keatley@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Belfast Health and Social Care Trust

A Floor, Belfast City Hospital, Lisburn Road

Belfast

BT9 7AB

Email

jayne.keatley@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Newborn Screening Equipment for CHT, CF and Sample Puncher

two.1.2) Main CPV code

  • 38400000 - Instruments for checking physical characteristics

two.1.3) Type of contract

Supplies

two.1.4) Short description

Newborn Screening Equipment for CHT, CF and Sample Puncher

two.1.5) Estimated total value

Value excluding VAT: £1,679,302

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38431000 - Detection apparatus
  • 38434000 - Analysers

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Newborn Screening Equipment for CHT, CF and Sample Puncher

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £1,679,302

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It is anticipated that this contract will commence on 14th November 2023 for a duration of 7 years. The Client may at any time before the completion of the contract period invite the Contractor to agree to extend for any period up to and including 36 months commencing from the termination date of the original contract period.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

In section 1.2, it is stated that this procurement is a joint procedure and contract award is by a Central. Purchasing Body. This contract is not a joint contract. It is a Central Purchasing Contract operated by BSO PaLS on behalf of the participants listed in section 1.1. The value stated in II.2.6 is the highest in the following range 921,594 GBP to 1,679,302 GBP.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 June 2023

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 4 October 2023

four.2.7) Conditions for opening of tenders

Date

6 June 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The cost of responding to this ITT and participation in the procurement process generally will. be borne solely by each economic operator participating. Any expenditure, work or effort. undertaken prior to a contract award is at the sole risk of the economic operator. participating in this procurement process. Economic Operators should note that the. Contracting Authority reserves the right to cancel this procurement process at any stage.. Any date given in Section IV above is a best estimate at the time of despatch. The. Contracting Authority reserves the right to extend any such date within the scope of the. applicable procurement regulations.

six.4) Procedures for review

six.4.1) Review body

Business Services Organisation, PaLS

77 Boucher Crescent

Belfast

BT12 6HU

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

BSO PaLS 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) as amended 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).