Section one: Contracting authority
one.1) Name and addresses
Procurement and Logistics Service
Supplies Centre, Gransha Hospital
Londonderry
BT47 6YZ
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
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).