Tender

Fire Damper Inspection and Testing

  • Worcestershire Acute Hospitals NHS Trust

F02: Contract notice

Notice identifier: 2024/S 000-019992

Procurement identifier (OCID): ocds-h6vhtk-0478de

Published 1 July 2024, 4:26pm



Section one: Contracting authority

one.1) Name and addresses

Worcestershire Acute Hospitals NHS Trust

Worcester

Contact

Jan Rabusic

Email

lifecycleeoi@lifecycle.co.uk

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

Email

LifecycleEOI@lifecycle.co.uk

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.