Pathology Tender County Durham
The supply of microbiology products – diagnostic latex tests and micro stain tests to County Durham and Darlington NHS Foundation Trust.
UK-Durham: pathology dissection instruments and supplies
2012/S 78-128534
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
County Durham and Darlington NHS Foundation Trust
County Durham Procurement Consortium, University Hospital Of North Durham, North Road
For the attention of: Ryan Lee
DH1 5TW Durham
UNITED KINGDOM
Telephone: +44 1913332751
E-mail: ryan.lee@cddft.nhs.uk
Fax: +44 1913332678
Internet address(es):
General address of the contracting authority: http://events.transaxions.com/service.aspx?event=6310
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: County Durham and Darlington NHS Foundation Trust
County Durham Procurement Consortium, University Hospital Of North Durham, North Road
For the attention of: Ryan Lee
DH1 5TW Durham
UNITED KINGDOM
Telephone: +44 1913332751
E-mail: ryan.lee@cddft.nhs.uk
Fax: +44 1913332678
Internet address: http://events.transaxions.com/service.aspx?event=6310
Tenders or requests to participate must be sent to: County Durham and Darlington NHS Foundation Trust
County Durham Procurement Consortium, University Hospital Of North Durham, North Road
For the attention of: Ryan Lee
DH1 5TW Durham
UNITED KINGDOM
Telephone: +44 1913332751
E-mail: ryan.lee@cddft.nhs.uk
Fax: +44 1913332678
Internet address: http://events.transaxions.com/service.aspx?event=6310
I.2)Type of the contracting authority
Regional or local authority
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:
The supply of microbiology products – diagnostic latex tests and micro stain tests to County Durham and Darlington NHS Foundation Trust.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
NUTS code UKC14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The supply of microbiology products including diagnostic latex and micro stain tests to County Durham and Darlington NHS Foundation Trust.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
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: 24 (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:
Appropriate statement from bankers.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details will be provided to those who express interest in this opportunity and/or are invited to tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required, but each supplier will be required to become jointly and severally responsible.
For the contract before acceptance.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: In accordance with articles 45 to 50 at Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the relevant contract documents and other documentation including pre-qualification.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with article 47 of Directive 2004/18/EC and Regulations 24 of the Public Contracts Regulations 2006.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with article 47 of Directive 2004/18/EC and Regulations 24 of the Public Contracts Regulations 2006.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
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:
SP416
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 21.5.2012 – 17:00
IV.3.4)Time limit for receipt of tenders or requests to participate
21.5.2012 – 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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 tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information
Any resulting contract(s) will be considered as contract(s) made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. The Contracting Authority reserves the right to approve any and all sub-contractor appointments the successful tenderer intends to make. Tenders and all supporting documents must be priced in pounds sterling. The Contracting Authority is not liable for any costs incurred by those expressing an interest or tendering for this contract including but not limited to where the contract award procedure is cancelled for any reason. No reimbursement shall be available in any circumstances.
To register your interest please click on the following link –
http://events.transaxions.com/service.aspx?event=6310.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:19.4.2012