Security Services Newcastle
Northumberland, Tyne and Wear NHS Foundation Trust are looking to re-tender their contract for security services.
United Kingdom-Newcastle upon Tyne: Security services
2014/S 083-144841
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Northumberland, Tyne and Wear NHS Foundation Trust
St Nicholas Hospital, Jubilee Road, Gosforth
For the attention of: Gavin Thompson
NE3 3XT Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912232778
Internet address(es):
General address of the contracting authority: http://www.ntw.nhs.uk/
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA24228
Electronic access to information: http://www.mytenders.org
Electronic submission of tenders and requests to participate: http://www.mytenders.org
Further information can be obtained from: Northumberland, Tyne and Wear NHS Foundation Trust
St Nicholas Hospital, Jubilee Road, Gosforth
For the attention of: Gavin Thompson
NE3 3XT Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 8448115522
Internet address: http://www.ntw.nhs.uk/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Northumberland, Tyne and Wear NHS Foundation Trust
St Nicholas Hospital, Jubilee Road, Gosforth
For the attention of: Gavin Thompson
NE3 3XT Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 8448115522
Internet address: http://www.ntw.nhs.uk/
Tenders or requests to participate must be sent to: Northumberland, Tyne and Wear NHS Foundation Trust
St Nicholas Hospital, Jubilee Road, Gosforth
NE3 3XT Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 8448115522
Internet address: http://www.ntw.nhs.uk/
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: North East England.
NUTS code UKC
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=116600
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6)Common procurement vocabulary (CPV)
79710000, 75241000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
Description of these options: The Contract will be for a period of 36 Months with the option to extend for up to a further 24 months.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
Full details will be provided to those who express interest in this opportunity and/or are invited to tender.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Further details will be provided to those who express interest in this opportunity and/or are invited to tender.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As Defined in Pre-Qualification Questionnaire
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
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
Section VI: Complementary information
VI.3)Additional information
Following an expression of interest on http://www.mytenders.org, the PQQ will be available to access via the My Tenders website. The PQQ must be returned in accordance with the instructions set out in the PQQ by the time and date indicated. The contracting authority does not bind itself to accept the lowest or any offer and reserves the right to accept an offer in either whole or in part. The contracting authority is not responsible for any costs incurred by bidders in relation to the participation in this process.
(MT Ref:116600)
VI.5)Date of dispatch of this notice:24.4.2014