CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
NHS Wales Procurement Services |
2nd Floor, Block A, Neath Port Talbot Hospital, Baglan Way |
Port Talbot |
SA12 7BX |
UK |
Procurement Department
Laura Panes |
+44 1639684428 |
laura.panes@wales.nhs.uk |
|
http://www.procurement.wales.nhs.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221
http://www.etenderwales.bravosolution.co.uk
http://www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityTender For Renal Transport Services |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract2 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Wales
UK |
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)
The requirement is for the provision of transport of renal dialysis patients from the catchment area of the Health Board to the Renal Dialysis Units at Morriston Hospital and Padarn Surgery Unit, Bronglais Hospital, in the first instance. During the course of the contract the provider will be required to convey patients to and from locations across the remaining dialysis sites. The aim is that each dialysis patient should reach the treatment centre and/or home in comfort, without detriment to their medical condition and on time for their appointment/treatment slot.
The following are examples of the types of patient’s mobility that must be provided for:
Walking Patient
Assisted Walking Patient
Has own Folding Wheelchair Patient
Travel in own Chair Patient
Travel in own Chair with 2 Person Crew
Has own Electric Wheelchair
Stretcher Patient
Patients with special Needs – some patients have special needs which will be clearly identified by the Main Renal Unit Staff. This may include patients requiring Oxygen, specialist equipment or have IV drips in situ, and those with learning difficulties and awaiting cts. Operational staff, involved in the direct delivery of the service will be required to be fully trained and qualified in basic first aid, basic life support, manual handling, medical gases, conflict management and violence and aggression.
The vehicle(s) provided must be an appropriate to the needs of the patients including a proportion of vehicles with stretcher capabilities. Vehicles must be fitted with ramps or tail-lifts to accommodate the above. All vehicles must enable easy access for the disabled and must be capable of restraining / securing a wheelchair with the patient in-situ in accordance with National Guidelines. All vehicles must be equipped with necessary medical equipment.
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=29508
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
34114122 |
|
|
|
|
|
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 transport of dialysis patients to and from the Renal Units under this Contract will be required on Monday to Saturday, 52 weeks per year, including all Bank Holidays (not Christmas Day or New Year’s Day 2 per annum). Clinic will be provided on a Sunday over the Christmas and New Year Period. If the services have to be interrupted at any other time for example water treatment failure or adverse weather there may be a need for flexibility in the service provision.
Clinic times will operate from 06:00-24:00, six days a week, as above. |
|
750000 GBP |
II.2.2)
|
OptionsPrimary Term 2 Years with an option to extend for a further 12 months at the Health Boards Discretion. |
|
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
|
II.3)
|
Duration of the contract or limit for completion24 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Retrospective payment after the delivery of the service.
|
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
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
As detailed in the PQQ.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
|
III.2.2)
|
Economic and financial capacity
(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
|
III.2.3)
|
Technical capacity
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(6) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(7) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(8) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(9) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
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 participate6 |
|
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
T/ABM/006/15/RC/LP
|
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 07-08-2015
15:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 21-08-2015
|
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 April 2017 |
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
It is important to note that the procurement exercise for this tender is to be carried out electronically via our e-Tendering portal at http://etenderwales.bravosolution.co.uk/nhs. Should your company wish to participate in this opportunity you will be required to register your company’s details so that you can access the electronic copy of the tender documents when they become available. Please visit the above website to complete the “Suppliers Register Here” section.
The process of registering on the website is free and simple. You will find the link to register just underneath the username and password boxes. Click on the link and you will be asked to complete your company details. Once completed, click “Save”, the system will then send your username and password to you. There is also a video guide to registering available to you on the login page of etenderwales which you can access by clicking “click here for details on how to register”. If you have any queries please contact BravoSolution Helpdesk on 0800 368 4850 who will be more than happy to assist (Full details on the webpage listed above).
Expressions of interest are invited from experienced companies able to meet the specific patient care requirements described above. Expressions are to be directed, through the Bravo - e-Tendering System, by completing the published PQQ, in full, by no later than 15:00 hours on the 7th August 2015.
Subject to the PQQ weighting and scoring criteria, selected suppliers will be invited to participate in the ITT, which is scheduled for publication on the 21st August 2015.
(WA Ref:29508)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
The Authority will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful bidders and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the bidder/applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules, have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits and must be brought promptly.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Laura Panes |
NHS Wales Shared Services Partnership Procurement Department Block A, 2nd Floor Neath Port Talbot Hospital Baglan Way |
Port Talbot |
SA12 7BX |
UK |
laura.panes@wales.nhs.uk |
+44 1639684428 |
|
|
|
VI.5)
|
Dispatch date of this Notice 02-07-2015 |