Section one: Contracting authority
one.1) Name and addresses
Worcestershire Acute Hospitals NHS Trust
Worcester
Contact
Jan Rabusic
Telephone
+44 1865340800
Country
United Kingdom
Region code
UKG12 - Worcestershire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.worcsacute.nhs.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.lifecycle.co.uk/tenders.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.lifecycle.co.uk/tenders.html
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
Fire Damper Inspection and Testing
Reference number
LGM36018
two.1.2) Main CPV code
- 35111500 - Fire suppression system
two.1.3) Type of contract
Supplies
two.1.4) Short description
Worcestershire Acute Hospitals NHS Trust is contracting for the provision of Fire Damper Inspection and Testing services across the Trust's two sites. The contract is intended to remain in place for five years.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG12 - Worcestershire
two.2.4) Description of the procurement
Worcestershire Acute Hospitals NHS Trust is contracting for the provision of Fire Damper Inspection and Testing services across the Trust's two sites. The contract is intended to remain in place for five years.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Five years - initial period of three years with the option to extend for a further two-year period (3+2)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 July 2024
Local time
2:00pm
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 July 2024
Local time
2:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Lifecycle Management Group Ltd
Oxford
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar days standstill period at the point of information on the decision to award the contract is communicated to bidders in accordance with Public Contracts Regulations 2015.
Any bidder wishing to appeal the decision to award the contract, or after the award of contract, appeal the award, shall have the rights as set out in Part 9 of the Public Contracts Regulations.