Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Yorkshire Ambulance Service NHS Trust
Springhill 2, Brindley Way, Wakefield 41 Industrial Estate
Wakefield
WF2 0XQ
UK
Contact person: Procurement Department
Telephone: +44 8451241241
E-mail: procurement@yas.nhs.uk
NUTS: UKE45
Internet address(es)
Main address: www.yas.nhs.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/noecpc/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
YAS 133 2017_18 Pre Hospital Bags and Pouches
Reference number: YAS 02182
II.1.2) Main CPV code
18937100
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Authority is seeking multiple suppliers to establish a Framework Agreement for the provision of Frontline Trauma Bags / Pouches required for Ambulance Emergency and Urgent Care provision. This is a collaborative procurement with other NHS Ambulance Trusts throughout the UK, who are also named on the Framework Agreement; but without commitment at this time. The other Trusts are North West AS, North East AS, East Midlands AS, South East Coast AS, South Western AS, South Central AS, London AS, West Midlands AS, East of England AS, Isle of White AS, Northern Ireland AS, Wales AS, States of Jersey AS, Guernsey Rescue AS and Scottish AS.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
18923000
18930000
18937000
18938000
18937100
18931100
35121400
II.2.3) Place of performance
NUTS code:
UKE45
Main site or place of performance:
II.2.4) Description of the procurement
The Authority is seeking multiple suppliers to establish a Framework Agreement for Frontline Trauma Bags / Pouches required for Ambulance Emergency and Urgent Care provision. This is a collaborative procurement with other NHS Ambulance Service Trusts who are also named on the Framework Agreement; but without commitment at this time.
Yorkshire Ambulance Service NHS Trust (YAS);
North West Ambulance Service NHS Trust (NWAS);
North East Ambulance Service NHS Trust (NEAS);
East Midlands Ambulance Service NHS Trust (EMAS);
South East Coast Ambulance Service NHS Foundation Trust (SECAS);
South Western Ambulance Service NHS Foundation Trust (SWAS);
South Central Ambulance Service NHS Foundation Trust (SCAS);
London Ambulance Service NHS Trust (LAS);
West Midlands Ambulance Service NHS Foundation Trust (WMAS);
East of England Ambulance Service NHS Trust (EEAS);
Isle of Wight Ambulance Service (IOW);
Northern Ireland Ambulance Service (NIAS);
Wales Ambulance Service (WAS);
States of Jersey Ambulance Service (SJAS);
Guernsey Rescue and Ambulance Service (GRAS);
Scottish Ambulance Service (SAS).
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 80
Cost criterion: Commercial
/ Weighting: 20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 20
Justification for any framework agreement duration exceeding 4 years: The length of the framework agreement will be four (4) years. The Call off shall extend no further than eighteen (18) months past the framework agreement expiry date
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/04/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/04/2018
Local time: 12:30
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Yorkshire Ambulance Service NHS Trust
Wakefield
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
15/03/2018