Acute Independent Sector Healthcare Providers Leeds
Contract for Acute Independent Sector Providers Framework, split into 12 Lots.
United Kingdom-Leeds: Health services
2016/S 056-094129
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leeds Teaching Hospitals NHS Trust
St James’s Hospital, Beckett Street
For the attention of: Mrs Lisa Bentley
LS7 9TF Leeds
UNITED KINGDOM
Telephone: +44 11339206435
E-mail: lisa.bentley1@nhs.net
Fax: +44 11339208316
Internet address(es):
General address of the contracting authority: http://www.leedsteachinghospitals.com/
Further information can be obtained from: Leeds Teaching Hospitals NHS Trust
St James’s Hospital, Beckett Street
For the attention of: Mrs Lisa Bentley
LS7 9TF Leeds
UNITED KINGDOM
Telephone: +44 11339206435
E-mail: lisa.bentley1@nhs.net
Fax: +44 11339208316
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Leeds Teaching Hospitals NHS Trust
St James’s Hospital, Beckett Street
For the attention of: Mrs Lisa Bentley
LS7 9TF Leeds
UNITED KINGDOM
Telephone: +44 11339206435
E-mail: lisa.bentley1@nhs.net
Fax: +44 11339208316
Tenders or requests to participate must be sent to: Leeds Teaching Hospitals NHS Trust
St James’s Hospital, Beckett Street
For the attention of: Mrs Lisa Bentley
LS7 9TF Leeds
UNITED KINGDOM
Telephone: +44 11339206435
E-mail: lisa.bentley1@nhs.net
Fax: +44 11339208316
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKE4
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 20
Duration of the framework agreement
Duration in years: 36
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
85100000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: Duration of the contract is 3 years with the option to extend for a further 2 x 12 months periods.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 0 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Cardiac Surgery
1)Short description
2)Common procurement vocabulary (CPV)
85100000
Lot No: 2 Lot title: Adult Neurosurgery Spinal Surgery
1)Short description
2)Common procurement vocabulary (CPV)
85100000
4)Indication about different date for duration of contract or starting/completion
Lot No: 3 Lot title: Elective Orthopaedics
1)Short description
2)Common procurement vocabulary (CPV)
85100000
Lot No: 4 Lot title: Plastic and Paediatric Plastic Surgery
1)Short description
2)Common procurement vocabulary (CPV)
85100000
Lot No: 5 Lot title: Genral Surgery and Colorectal Surgery Inpatient, Day Case and Outpatient Services
1)Short description
2)Common procurement vocabulary (CPV)
85100000
Lot No: 6 Lot title: Gastroenterology Outpatient Service
1)Short description
2)Common procurement vocabulary (CPV)
85100000
4)Indication about different date for duration of contract or starting/completion
Lot No: 7 Lot title: Endoscopy Diagnostic Intervention Service
1)Short description
2)Common procurement vocabulary (CPV)
85100000
Lot No: 8 Lot title: Interventional Radiology
1)Short description
2)Common procurement vocabulary (CPV)
85100000
Lot No: 9 Lot title: Radiology CT
1)Short description
2)Common procurement vocabulary (CPV)
85100000
Lot No: 10 Lot title: Radiology Diagnostic Ultrasound
1)Short description
2)Common procurement vocabulary (CPV)
85100000
4)Indication about different date for duration of contract or starting/completion
Lot No: 11 Lot title: Radiology Diagnostic and Therapeutic MSK Ultrasound Guided Injection Service
1)Short description
2)Common procurement vocabulary (CPV)
85100000
Lot No: 12 Lot title: Radiology MRI
1)Short description
2)Common procurement vocabulary (CPV)
85100000
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met: (b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator; (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work; (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities; (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate; (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards. As an alternative to providing the information required under Section 2 — Conditions for Participation, you can confirm that you have registered on NHS-Sid4Health and that the Full Qualification Information is lodged in that system. You must, however, verify that all the information that you have entered onto NHS-Sid4Health fully answers all of the specific requirements outlined. Any information not available on the database MUST be provided separately with your Expression of Interest (ie by letter, facsimile or email) by the closing date specified in this advertisement in order for your application to be considered.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Ability to Deliver and Manage the Service. Weighting 25
2. Service Provision. Weighting 20
3. Communication and Engagement. Weighting 10
4. Implementation and Exit Plan. Weighting 5
5. Training and Education. Weighting 5
6. Innovation. Weighting 5
7. Cost. Weighting 30
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 001-000533 of 2.1.2016
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 3 years.
VI.2)Information about European Union funds
VI.3)Additional information
Expressions of Interest and the Pre-Qualification Questionnaires can be obtained by following the below links to the trusts e-tendering portal atwww.leedsth-tenders.co.uk 1. Browse to the Leeds Teaching Hospitals NHS Trust e tendering Portal: www.leedsth-tenders.co.uk 2. You will need to register on the system if you are not already. Help with the registration can be found at the bottom right hand side of the page — Supplier Guide How to do Business; 3. Once registered, login to the system and from the opportunities section, please register your interest which will result in the Pre-Qualification Questionnaire being sent automatically. Help is on hand at the bottom right hand side of the screen again — Supplier Guide First time Login. If you need support with any aspect of the registration, login or using the system the first point of contact would be the help documents on the bottom right of the page. Failing that, please contact support at the top of the tendering page. Please note Leeds Teaching Hospitals NHS Trust is not liable for any costs incurred by the respondents to this advert or any subsequent tender exercise. Leeds Teaching Hospitals NHS Trust reserves the right not to award a contract if circumstances dictate. Leeds Teaching Hospitals NHS Trust would welcome responses from Small to Medium Enterprises (SME) as defined by the Department for Business Enterprise and Regulatory Reform (BERR) capable of supplying all products and/or services detailed.
VI.4.1)Body responsible for appeal procedures
The Leeds Teaching Hospitals NHS Trust (Chief Executive)
St James’s University Hositals NHS Trust, Beckett Street
LS9 7TF Leeds
UNITED KINGDOM
Telephone: +44 113206435
Fax: +44 1132433144
Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
Telephone: +44 2075366060
Internet address: http://www.cedr.com
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Centre for Effective Dispute Resolution
70, Fleet Street
EC4Y 1EU London
UNITED KINGDOM
Internet address: http://www.cedr.com
VI.5)Date of dispatch of this notice: