CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

1. Title: MAINTENANCE OF MEDICAL GAS PIPELINE SYSTEMS
2. Awarding Authority: Business Services Organisation, Procurement and Logistics Service, Belfast Health and Social Care Trust, Northern Health and Social Care Trust, South Eastern Health and Social Care Trust, Southern Health and Social Care Trust, Western Health and Social Care Trust, NI Ambulance Service Trust, NI Fire and Rescue Services, Business Services Organisation, NI Blood Transfusion Service, NI Guardian Ad Litem Agency, NI Practice and Education Council for Nursing and Midwifery, NI Social Care Council, NI Patient Client Council, NI Public Health Agency, NI Medical and Dental Training Agency, NI Regulation and Quality Improvement Authority, Regional Health and Social Care Board, Greenmount House, Woodside Road Industrial Estate, Woodside Road, Ballymena, GB, BT42 2QJ. Email: smc.sourcing@hscni.net.
3. Contract type: Service contract
Open
4. Description: Maintenance of Medical Gas Pipeline Systems [3362583]
5. CPV Code(s): 50000000, 44161000, 44161000, 76600000
6. NUTS code(s): UKN, UKN1, UKN15
7. Main site or location of works, main place of delivery or main place of performance: Place of performance :UKN – Northern Ireland
8. Reference attributed by awarding authority: Publication reference: 2021/S 000-009109
Notice number: 2020/S 234-578997
3362583
9. Estimated value of requirement: Value excluding VAT: £16,545,000
10. Time limit for receipt of projects or requests to participate 2.6.2021 (15:00:00).
11. Address to which they must be sent: For further information regarding the above contract notice please visit:
12. Other information: Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via

Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

Type of the contracting authority
Body governed by public law
Main activity
This contract is divided into lots: No
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Intention to award 2 x 3 year Call-Off Contracts
Information about variants
Variants will be accepted: No
Information about options
Options: No
Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Additional information
The value shown in II.2.6) is the highest value in the following range: GBP 4 018 000 to GBP 16 545 000 which has been calculated on the basis of a 3 year Call-Off Contract plus another 3 year Call-Off Contract and contingency for potential additional equipment or higher level of repairs during the Call-Off Contract periods for all Clients.
Health
Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Information about recurrence
This is a recurrent procurement: No
Additional information
In section I.2 it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body contract operated by Business Services Organisation Procurement and Logistics Service on behalf of the participants listed in I.1. The contracting authority will identify the most economically advantageous tender(s)(MEAT) on the basis of the ‘lowest price/cost’ submission(s), once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. Details of the evaluation process incorporating price and compliance are provided as part of the tender evaluation methodology and marking scheme (TEMMS) (SS20b).
TKR-2021428-EX-1603159


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

May 8, 2024

Replacement Causeway System - Pre-Market Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: REPLACEMENT CAUSEWAY SYSTEM – PRE-MARKET ENGAGEMENT 2. Awarding Authority: CPD – Supplies and

May 8, 2024

United Kingdom-Belfast: Depolluted End of Life Vehicles

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-014495/EN) Nature of contract: Service contract Procedure: Open procedure Type of bid required: Mixed