STI Screening Support Service Tender
STI Screening Support Service. (Framework).
United Kingdom-Manchester: Health services
2016/S 033-053465
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Manchester City Council
Room 407, Town Hall
For the attention of: Mr Mike Worsley
M60 2JR Manchester
UNITED KINGDOM
Telephone: +44 1612343080
E-mail: mike.worsley@manchester.gov.uk
Fax: +44 1612740013
Internet address(es):
General address of the contracting authority: http://www.manchester.gov.uk
Further information can be obtained from: Manchester City Council
Room 407, Town Hall
For the attention of: Mr Mike Worsley
M60 2JR Manchester
UNITED KINGDOM
Telephone: +44 1612343080
E-mail: mike.worsley@manchester.gov.uk
Fax: +44 1612740013
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Manchester City Council
Room 407, Town Hall
For the attention of: Mr Mike Worsley
M60 2JR Manchester
UNITED KINGDOM
Telephone: +44 1612343080
E-mail: mike.worsley@manchester.gov.uk
Fax: +44 1612740013
Tenders or requests to participate must be sent to: Manchester City Council
Room 407, Town Hall
For the attention of: Mr Mike Worsley
M60 2JR Manchester
UNITED KINGDOM
Telephone: +44 1612343080
E-mail: mike.worsley@manchester.gov.uk
Fax: +44 1612740013
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Bolton MBC
United Kingdom
UNITED KINGDOM
Stockport MBC
United Kingdom
UNITED KINGDOM
Tameside MBC
United Kingdom
UNITED KINGDOM
Oldham MBC
United Kingdom
UNITED KINGDOM
Trafford MBC
United Kingdom
UNITED KINGDOM
Rochdale MBC
United Kingdom
UNITED KINGDOM
Bury MBC
United Kingdom
UNITED KINGDOM
Salford City Council
United Kingdom
UNITED KINGDOM
Wigan MBC
United Kingdom
UNITED KINGDOM
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 25: Health and social services
NUTS code UKD3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 33
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
85100000, 85000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 15 (from the award of the contract)
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.1.4)Other particular conditions
Description of particular conditions: As stated in the Invitation to Tender documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As stated in the Invitation to Tender documents.
III.2.3)Technical capacity
As stated in the Invitation to Tender documents.
Minimum level(s) of standards possibly required:
As stated in the Invitation to Tender documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The contract will be for 2 years 9 months commencing 1.7.2016 with an option to extend for up to an additional 1 year 3 months. The Council reserves the right not to award a contract as a result of the procurement process initiated by this notice and will not be liable for any costs incurred by candidates. The Council is using the e-business portal known as the Chest www.the-chest.org.uk to conduct the procurement exercise. To gain access to the invitation to tender documents, tenderers will need to register their company details at the above website. Once registered, tenderers will be emailed a log-in and password which will allow them to gain access to the invitation to tender documents. Tenderers will need to electronically submit their completed tender documents and accompanying documentation via the Chest on-line portal by 17:00 hours on the 21.3.2016, as referred to in IV.3.4). Any supplier questions queries will also need to be submitted via the Chest website. The Council welcomes applications from small or medium enterprises. Under the agreement the provider will be required to support the Council’s economic and social regeneration objectives. Therefore selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: