CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
NHS Wales Procurement Services |
NHS Wales Shared Services Partnership, , 4th Floor, |
Companies House, Crown Way, Cardiff |
CF14 3UB. |
UK |
Mrs Jannine Crees |
+44 2920903881 |
|
|
http://www.procurement.wales.nhs.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221
www.etenderwales.bravosolution.co.uk
www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Yes Public Health Wales Trust
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityHarm Reduction Database (HRD) For Wales |
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
NHS Wales
UKL |
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)
In 2010 Public Health Wales Trust, supported by Welsh Government, introduced the Harm Reduction Database (HRD) in all statutory and voluntary sector Needle and Syringe Programmes (NSP) services across Wales. The HRD was developed in response to research indicating a lack of consistency with regard high quality NSP provision, including accessibility of a full range of sterile injecting equipment. Since implementation the HRD has been further developed to include additional modules designed to reduce specific harms relating to substance misuse.
Public Health Wales Trust invites expressions of interest from suitably qualified organisations that could provide a fully integrated national data collection solution for specified harm reduction services in Wales following the contract expiry for the provision and management of an existing system on 31st August 2015
The HRD Wales provides an anonymous web-based mechanism for recording activity relating to the range of harm reduction services provided to those accessing substance misuse services. The unique client data collected includes demographic, health and social care service contact information as well as service level activity data.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=20049
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48100000 |
|
|
|
|
|
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
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope1. The service will be provided across the boundaries of NHS Wales.
2. The HRD has been engineered to contain hierarchical levels of administrative securities ranging from central administrator and regional co-ordinators to site specific access..
3. the Harm Reduction Database (HRD);
- Needle and Syringe Programmes (NSP) services across Wales.
- The training and provision of Take-home Naloxone
- The provision, resupply and outcomes of Long Acting Reversible Contraception (LARC)
- Fatal and non-fatal drug poisonings in Wales in accordance with current guidance set by Welsh Government (in development stage)
As such the HRD currently includes over 300 separate site licences (including 47 statutory and voluntary sector substance misuse services and 206 community pharmacies) across the 4 modules. |
|
|
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 contracts
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
As set out in the invitation to tender (ITT) documents.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
As set out in the ITT documents. Credit worthiness of the bidder will be assessed.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
None specified, save that in the case of a partnership or consortium or other group of more than one legal entity bidding together, the contract will be with either (1) all bidders on the basis of joint and several liability, or (2) with one or more of the parties acting as 'prime contractor' (and where more than one, on a joint and several liability basis). Where the bidder is with a special purpose company with separate legal personality established for the purposes of tendering for the contract, the Contracting Authority will require sufficient guarantees to be given by participants in that company or their parents.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The PQQ, which is available via the e sourcing portal (see below) will provide details.
Any economic operator may be excluded if it fulfils any or all of the criteria listed in Regulation 23 of the Public Contract Regulations 2006 (as amended).
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://etenderwales.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 email 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 & 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
|
III.2.3)
|
Technical capacity
|
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 participate5 |
|
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
|
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 19-01-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 10-02-2015
|
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 December 2017 |
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Bidders should note that they will be required to enter into terms and conditions as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.
The Contracting Authority will not accept completed PQQ's after the stated closing date.
All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.
The Contracting Authority reserves the right to conclude the contract in whole, in part or annul the tendering process.
All documents to be priced (where applicable) in sterling and all payments made in sterling.
In relation to Section II.1.9 above, variants will be accepted to the extent permitted in the tender documentation (if at all).
The tendering process will be undertaken in part via electronic means using the Bravo e-tendering system.
The initial term of the contract will be 3 years with an option to extend at the discretion of the contracting Authority up to a further 2 years.
(WA Ref:20049)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
Precise information on deadline(s) for lodging appeals: Bidders should consult their legal advisor. The Contracting Authority will, on a voluntary basis, allow for a minimum 10 calendar day standstill period between notifying the award decision and concluding the contract.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 12-12-2014 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
NHS Wales Procurement Services |
NHS Wales Shared Services Partnership,, 4th Floor, |
Companies House, Crown Way, Cardiff |
CF14 3UB. |
UK |
Mrs Jannine Crees |
+44 2920903881 |
|
|
http://www.procurement.wales.nhs.uk |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
NHS Wales Procurement Services |
NHS Wales Shared Services Partnership, , 4th Floor, |
Companies House, Crown Way, Cardiff |
CF14 3UB. |
UK |
|
+44 2920903881 |
|
|
http://www.procurement.wales.nhs.uk |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
NHS Wales Procurement Services |
NHS Wales Shared Services Partnership, , 4th Floor, |
Companies House, Crown Way, Cardiff |
CF14 3UB. |
UK |
|
+44 2920903881 |
|
|
http://www.procurement.wales.nhs.uk |
|