CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Royal Surrey County Hospital NHS Foundation Trust |
Royal Surrey County Hospital |
Guildford |
GU2 7XX |
UK |
Woodage Richard |
+44 1483464164 |
richard.woodage@nhs.net |
+44 1483453584 |
http://www.royalsurrey.nhs.uk/
https://commercialsolutions.bravosolution.co.uk
https://commercialsolutions.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Yes Ashford and St Peter's Hospitals NHS Foundation Trust
Brighton and Sussex University Hospitals NHS Trust
Dartford and Gravesham NHS Trust
East Kent Hospitals University NHS Foundation Trust
East Sussex Healthcare NHS Trust
Frimley Health NHS Foundation Trust
Kent and Medway NHS and Social Care Partnership Trust
Kent Community Health NHS Trust
Maidstone and Tunbridge Wells NHS Trust
Medway NHS Foundation Trust
Queen Victoria Hospital NHS Foundation Trust
South East Coast Ambulance Service NHS Foundation Trust
Surrey and Borders Partnership NHS Foundation Trust
Surrey and Sussex Healthcare NHS Trust
Sussex Community NHS Trust
Sussex Partnership NHS Foundation Trust
Western Sussex Hospitals NHS Foundation Trust
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityTRS0370 Provision of a Local Portfolio Management System. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract7 |
II.1.2)
|
Main site or location of works, place of delivery or performance
UKJ23 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
LPMS.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48000000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe National Institute for Health Research Clinical Research Network is the clinical research delivery arm of the NHS in England, tasked with supporting the rapid set-up and effective conduct of studies so that researchers can gather the robust evidence needed to improve treatments for NHS patients. The NIHR Clinical Research Network is led by a national Coordinating Centre and operates through 15 Clinical Research Networks (CRNs). These local Networks drive clinical research delivery performance across the locality and champion the role of clinical research in the NHS at every level.
The Royal Surrey County Hospital NHS Foundation Trust was appointed as the Host Organisation for the NIHR Clinical Research Network: Kent, Surrey and Sussex. The CRN: Kent, Surrey and Sussex will be referred to as ‘The Network’ throughout this document; The Royal Surrey County Hospital NHS Foundation Trust will be referred to as ‘The Host’ throughout this document.
In line with the requirements of the Host Organisation Contract, the Host Organisation is responsible for implementing an appropriate Local Portfolio Management System (LPMS) across the CRN: Kent, Surrey and Sussex by April 2015.
The geography of the CRN: Kent, Surrey and Sussex includes the following partner organisations:
— Ashford and St Peter's Hospitals NHS Foundation Trust;
— Brighton and Sussex University Hospitals NHS Trust;
— Dartford and Gravesham NHS Trust;
— East Kent Hospitals University NHS Foundation Trust;
— East Sussex Healthcare NHS Trust;
— Frimley Health NHS Foundation Trust;
— Kent and Medway NHS and Social Care Partnership Trust;
— Kent Community Health NHS Trust;
— Maidstone and Tunbridge Wells NHS Trust;
— Medway NHS Foundation Trust;
— Queen Victoria Hospital NHS Foundation Trust;
— Royal Surrey County Hospital NHS Foundation Trust;
— South East Coast Ambulance Service NHS Foundation Trust;
— Surrey and Borders Partnership NHS Foundation Trust;
— Surrey and Sussex Healthcare NHS Trust;
— Sussex Community NHS Trust;
— Sussex Partnership NHS Foundation Trust;
— Western Sussex Hospitals NHS Foundation Trust. |
|
|
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts24 |
II.3)
|
Duration of the contract or limit for completion60 |
Section III: Legal, Economic, Financial and Technical Information
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once):
— Browse to the eSourcing Portal: https://commercialsolutions.bravosolution.co.uk and click the link to register;
— Accept the terms and conditions and click ‘continue';
— Enter your correct business and user details;
— Note the username you chose and click ‘Save' when complete;
— You will shortly receive an e-mail with your unique password (please keep this secure).
2. Express an Interest in the tender:
— Login to the portal with the username/password;
— Click the ‘PQQs/ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier);
— Click on the relevant PQQ/ITT to access the content;
— Click the ‘Express Interest' button at the top of the page;
— This will move the PQQ/ITT into your ‘My PQQs/My ITTs' page. (This is a secure area reserved for your projects only);
— You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ITT Details' box.
3. Responding to the tender:
— Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining);
— You can now use the ‘Messages' function to communicate with the buyer and seek any clarification;
— Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ITT;
— There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page.
If you require any further assistance please consult the online help, or contact the eTendering help desk.
|
III.2.2)
|
Economic and financial capacity
In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006.
|
III.2.3)
|
Technical capacity
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
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
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
TRS0370 Provision of a Local Portfolio Management System
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 02-03-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published 7 years. |
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
The Contracting Authority intends to use an eTendering system in this procurement exercise. The Trust reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice;
(ii) to make whatever changes at may see fit to the content and structure of the tendering competition;
(iii) to terminate or award a contract(s) in respect of any part(s) of the requirements covered by this notice, and in no circumstances will the Trust be liable for any costs incurred by the bidders.
Any contract entered into will be governed by English law and will be subject to the exclusive jurisdiction of the English courts. Tenders and all supporting documentation must be written in English and priced in sterling. Nothing in this contract notice or procurement competition shall generate any contractual obligations prior to any signature of final contracts. The Trust is a public authority under the Freedom of Information Act 2000 (the 'Act'). As part of its duties under the Act, the Trust may disclose information to a person making a request unless the information is covered by an exemption under the Act. The Trust is required to determine whether the public interest in maintaining the exemption from disclosing it outweighs the public interest in disclosing it. Prospective bidders should state in their submissions whether or not they consider the information supplied, if disclosed to a third party, would be prejudicial to their commercial interest and, if so, the reasons for such a view. These views will be taken into consideration by the Trust when deciding whether to disclose information.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
In accordance with Regulations 32 and 32A (Information about contract award procedures and the application of the standstill period prior to contract award) and Part 9 of the Public Contracts Regulations 2006 (as amended). The Trust will incorporate a 10 calendar day standstill period at the point that the award of contract is notified to the tenderers. This period allows unsuccessful tenderers to seek a full debriefing from the Trust before the Contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days prior to the end of the standstill period.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 09-01-2015 |