loading
  • GB-LS9 7TF Leeds
  • 12.01.2017
  • Ausschreibung
  • (ID 2-250275)

LB — Provision of Asbestos Analytical and Surveying Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 12.01.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3
    Art der Leistung Altlastensanierung
    Sprache Englisch
    Aufgabe
    The Trust invites interested supplier to complete the Pre-Qualification Questionnaire (PQQ) as their expression of interest for the Provision of Asbestos Analytical and surveying Services for the Leeds Teaching Hospitals NHS Trust.
    Leistungsumfang
    Provision of Asbestos Analytical and surveying services, 3 year contract with the option to extend for a further 2 x 12 months periods. The estimated value 200 000 GBP per annum.
    Adresse des Bauherren UK-LS9 7TF Leeds
    TED Dokumenten-Nr. 432652-2016

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Leeds: Environmental services

      2016/S 237-432652

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

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

      Leeds Teaching Hospitals
      St James University Hospital
      For the attention of: Mrs Lisa Bentley
      LS9 7TF Leeds
      United Kingdom
      Telephone: +44 113360435
      E-mail: MTljYGpYJVlcZWtjXHAoN2VfaiVlXGs=
      Fax: +44 113206435

      Internet address(es):

      General address of the contracting authority: http://www.leedsteachinghospitals.com/

      Further information can be obtained from: Leeds Teaching Hospitals
      St James University Hospital
      For the attention of: Mrs Lisa Bentley
      LS9 7TF Leeds
      United Kingdom
      Telephone: +44 113360435
      E-mail: MTRoZW9dKl5hanBoYXUtPGpkbypqYXA=
      Fax: +44 113206435

      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Leeds Teaching Hospitals
      St James University Hospital
      For the attention of: Mrs Lisa Bentley
      LS9 7TF Leeds
      United Kingdom
      Telephone: +44 113360435
      E-mail: MjE1XVpkUh9TVl9lXVZqIjFfWWQfX1Zl
      Fax: +44 113206435

      Tenders or requests to participate must be sent to: Leeds Teaching Hospitals
      St James University Hospital
      For the attention of: Mrs Lisa Bentley
      LS9 7TF Leeds
      United Kingdom
      Telephone: +44 113360435
      E-mail: MjE5WVZgThtPUlthWVJmHi1bVWAbW1Jh
      Fax: +44 113206435

      I.2)Type of the contracting authority
      Body governed by public law
      I.3)Main activity
      Health
      I.4)Contract award on behalf of other contracting authorities
      The contracting authority is purchasing on behalf of other contracting authorities: no

      Section II: Object of the contract

      II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority:
      LB — Provision of Asbestos Analytical and Surveying Services.
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 27: Other services

      NUTS code UKE

      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
      II.1.5)Short description of the contract or purchase(s)
      The Trust invites interested supplier to complete the Pre-Qualification Questionnaire (PQQ) as their expression of interest for the Provision of Asbestos Analytical and surveying Services for the Leeds Teaching Hospitals NHS Trust.
      II.1.6)Common procurement vocabulary (CPV)

      907000007162000072316000

      II.1.7)Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes
      II.1.8)Lots
      II.1.9)Information about variants
      Variants will be accepted: yes
      II.2)Quantity or scope of the contract
      II.2.1)Total quantity or scope:
      Provision of Asbestos Analytical and surveying services, 3 year contract with the option to extend for a further 2 x 12 months periods. The estimated value 200 000 GBP per annum.
      II.2.2)Information about options
      Options: yes
      Description of these options: Contract for 36 months with the option to extend for a further 2 x 12 months.
      Provisional timetable for recourse to these options: 
      in months: 24 (from the award of the contract)
      II.2.3)Information about renewals
      This contract is subject to renewal: no
      II.3)Duration of the contract or time limit for completion
      Duration in months: 36 (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:
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      To be agreed between the parties.
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and Several Liability.
      III.1.4)Other particular conditions
      The performance of the contract is subject to particular conditions: yes
      Description of particular conditions: Obligations relating to taxes, environmental protection, employment protection and working conditions.
      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: Information and formalities necessary for evaluating if requirements are met: Information and formalities necessary for evaluating if requirements are met:
      (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 26.5.1972 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 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance; (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established; (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Information and formalities necessary for evaluating if requirements are met: (b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator; (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work; (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities; (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate; (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards. As an alternative to providing the information required under Section 2 — Conditions for Participation, you can confirm that you have registered on NHS-Sid4Health and that the full qualification information is lodged in that system. You must, however, verify that all the information that you have entered onto NHS-Sid4Health fully answers all of the specific requirements outlined. Any information not available on the database MUST be provided separately with your Expression of Interest (i.e. by letter, facsimile or email) by the closing date specified in this advertisement in order for your application to be considered.
      III.2.4)Information about reserved contracts
      III.3)Conditions specific to services contracts
      III.3.1)Information about a particular profession
      Execution of the service is reserved to a particular profession: no
      III.3.2)Staff responsible for the execution of the service
      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

      Section IV: Procedure

      IV.1)Type of procedure
      IV.1.1)Type of procedure
      Restricted
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
      Envisaged minimum number 3
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
      IV.2)Award criteria
      IV.2.1)Award criteria

      The most economically advantageous tender in terms of the criteria stated below

      1. Ability to Deliver and Manage the Service. Weighting 20

      2. Service Provision. Weighting 15

      3. Communication and Engagement. Weighting 5

      4. Implementation and Exit Plan. Weighting 5

      5. Training and Education. Weighting 5

      6. Innovation. Weighting 5

      7. Cost. Weighting 40

      8. Presentation. Weighting 5

       

      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:
      1011
      IV.3.2)Previous publication(s) concerning the same contract
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      12.1.2017 - 12:00
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
      6.2.2017
      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
      IV.3.8)Conditions for opening of tenders
      Date: 6.3.2017 - 12:00
      Persons authorised to be present at the opening of tenders: no

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published: 36 Months.
      VI.2)Information about European Union funds
      The contract is related to a project and/or programme financed by European Union funds: no
      VI.3)Additional information

      Expressions of Interest and the Pre-Qualification Questionnaires can be obtained by following the below links to the trusts e-tendering portal at www.leedsth-tenders.co.uk. 1. Browse to the Leeds Teaching Hospitals NHS Trust e tendering Portal: www.leedsth-tenders.co.uk 2. You will need to register on the system if you are not already. Help with the registration can be found at the bottom right hand side of the page — Supplier Guide How to do Business; 3. Once registered, login to the system and from the opportunities section, please register your interest which will result in the Pre-Qualification Questionnaire being sent automatically. Help is on hand at the bottom right hand side of the screen again — Supplier Guide First time Login. If you need support with any aspect of the registration, login or using the system the first point of contact would be the help documents on the bottom right of the page. Failing that, please contact support at the top of the tendering page. Please note Leeds Teaching Hospitals NHS Trust is not liable for any costs incurred by the respondents to this advert or any subsequent tender exercise. Leeds Teaching Hospitals NHS Trust reserves the right not to award a contract if circumstances dictate. Leeds Teaching Hospitals NHS Trust would welcome responses from Small to Medium Enterprises (SME) as defined by the Department for Business Enterprise and Regulatory Reform (BERR) capable of supplying all products and/or services detailed.

      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures

      Chief Executive
      Leeds Teaching Hospitals NHS Trust
      LS9 7TF Leeds
      United Kingdom
      Internet address: http://www.leedsth.nhs.uk/home/

      Body responsible for mediation procedures

      Centre for Effective Dispute Resolution
      International Dispute Resolution Centre, 70 Fleet Street
      EC4Y1EU London
      United Kingdom
      Telephone: +44 2075366060

      VI.4.2)Lodging of appeals
      Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This notification will provide full information on the award decision. The standstill period provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved the (for Public Sector) Public Contracts Regulations 2006 (SI 2006 No 5), as amended in the Public Contracts (Amendment) Regulations 2009 and further amended by the Public Procurement (Miscellaneous Amendments) Regulations 2011, 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). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.
      VI.4.3)Service from which information about the lodging of appeals may be obtained
      VI.5)Date of dispatch of this notice:
      6.12.2016
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 08.12.2016
Zuletzt aktualisiert 08.12.2016
Wettbewerbs-ID 2-250275 Status Kostenpflichtig
Seitenaufrufe 40