Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Surrey and Borders Partnership NHS Foundation Trust on behalf of NHS Commercial Solutions
Postal address: The Atrium, Curtis Road
Town: Dorking
NUTS code:
UK UNITED KINGDOMPostal code: RH4 1XA
Country: United Kingdom
E-mail:
derek.howe@nhs.netTelephone: +00 0000000000
Internet address(es): Main address:
http://www.commercialsolutions-sec.nhs.uk/ I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework Agreement for the Provision of Inventory Management Systems.
Reference number: 2415-4425
II.1.2)Main CPV code48430000 Inventory management software package
II.1.3)Type of contractServices
II.1.4)Short description:
The NHS Collaborative Procurement Partnership (NHS CPP) comprises NHS North of England Commercial Procurement Collaborative, NHS London Procurement Partnership, NHS Commercial Solutions and East of England NHS Collaborative Procurement Hub. NHS CPP has successfully delivered a number of projects, including the National Agency Nursing Agreement, the Total Orthopaedic Solutions (TOS) and Total Cardiology Solutions (TCS) Framework Agreements.
The intricacies of managing activity in contracts let under the TOS Framework Agreement, in particular, have identified the need, in a number of organisations, for a means of managing the flow of equipment and consumable stocks through the surgical process. To meet this need NHS Commercial Solutions, as lead organisation for NHS CPP, is procuring a Framework Agreement for the provision of commercial, ‘off-the-shelf’, vendor-neutral inventory management systems to which a number of suppliers will be appointed.
II.1.5)Estimated total valueValue excluding VAT: 100 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72317000 Data storage services
72263000 Software implementation services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
The services will be carried out at the premises of the Procuring Authority and/or the Service Provider.
II.2.4)Description of the procurement:
The Framework Agreement will be available to all organisations detailed in Section VI.3) of this Contract Notice (each, a ‘Participating Authority’).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 09/06/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 09/06/2017
Local time: 14:00
Place:
The offices of the Contracting Authority.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
The public sector bodies to whom the use of this framework agreement will be open include, in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes, and any private sector entities having similar procurement needs.
— National Health Service (NHS) bodies in England, including acute Trusts (including those operating community hospitals and the provider functions of the former Primary Care Trusts), Care Trusts, Mental Health Trusts, Ambulance Trusts, any of which may be an NHS Foundation Trust, and Clinical Support Units (CSU's), Clinical Commissioning Groups (CCG's), General Practitioners and General Practitioner commissioning consortia, Special Health Authorities and Area Teams (See http://www.nhs.uk/ServiceDirectories/Pages/NHSTrustListing.aspx);
— Health Boards, NHS Trusts, Community Health Councils and other constituent bodies of the NHS in Wales (http://www.wales.nhs.uk/nhswalesaboutus/structure);
— NHS Scotland and its constituent bodies including: the Scottish Ambulance Service, Special NHS Boards and the other constituent organisations of the Scottish National Health Service (http://www.scot.nhs.uk/organisations/);
— Health and Social Care Trusts, Health Agencies and other constituent bodies of the Health and Social Care Service in Northern Ireland (http://online.hscni.net/);
— Social Enterprises and Community Interest Companies (CICs).
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions
Postal address: 18 Mole Business Park
Town: Leatherhead
Postal code: KT22 7AD
Country: United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
The Authority will incorporate a standstill period at the point of information on the award of the framework agreement is communicated to tenderers. That notification will provide a full information on the award decision.
The standstill period which shall be for a minimum of 10 calender days provides time for unsuccessful tenderers to challenge the award decision before the framework agreement is concluded. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice:08/05/2017