Ambulance Services for Great Ormond Street Hospital
Great Ormond Street Hospital for Children NHS Foundation Trust is embarking on a procurement project to identify a Contractor to provide an emergency patient transport service.
United Kingdom-London: Ambulance services
2015/S 020-032512
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Great Ormond Street Hospital for Children NHS Foundation Trust
Great Ormond Street
For the attention of: Ms Raj Sandhu
WC1N 3JH London
UNITED KINGDOM
E-mail: rajindersandhu@nhs.net
Internet address(es):
General address of the contracting authority: www.gosh.nhs.uk
Address of the buyer profile: www.lppsourcing.org
Further information can be obtained from: Great Ormond Street Hospital for Children NHS Foundation Trust
Great Ormond Street
For the attention of: Ms Raj Sandhu
WC1N 3JH London
UNITED KINGDOM
E-mail: rajindersandhu@nhs.net
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Great Ormond Street Hospital for Children NHS Foundation Trust
Great Ormond Street
For the attention of: Ms Raj Sandhu
WC1N 3JH London
UNITED KINGDOM
E-mail: rajindersandhu@nhs.net
Tenders or requests to participate must be sent to: Great Ormond Street Hospital for Children NHS Foundation Trust
Great Ormond Street
For the attention of: Ms Raj Sandhu
WC1N 3JH London
UNITED KINGDOM
E-mail: rajindersandhu@nhs.net
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 2: Land transport services [2], including armoured car services, and courier services, except transport of mail
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: This is not a Framework Agreement but a single supplier Contract for a period of 5 years.
II.1.5)Short description of the contract or purchase(s)
The Children’s Acute Transport Service (CATS) is a collaborative NHS pediatric intensive care transport service funded by Specialised Commissioning for NHS England. CATS was the first independent pediatric intensive care transport service in the UK, mainly delivering patients to Great Ormond Street, St Mary’s and The Royal Brompton pediatric intensive care units. The service is based off the main hospital site at Ground Floor, Ormond House, 26-27 Boswell Street, London, WC1N 3JZ.
II.1.6)Common procurement vocabulary (CPV)
85143000, 60100000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Value: Excluding VAT 3 275 000 GBP.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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
Description of particular conditions: The contract will be subject to a performance management and contract variation process where key performance indicators will be expected to be adhered to.
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 compulsory winding up the 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 contract 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 organization, 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 May 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 June 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
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct; (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 issues 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 capabilities 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; (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work; (g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract; (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years; (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts; (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract; (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 request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
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
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
All Expressions of Interest (EOI) to be made by completing the PQQ via the e-tendering system Due North — www.lppsourcing.org. EOI/PQQ and or offers will not be accepted via any other means of communication. Re: IV.3.5) Date of dispatch of invitations to tender — this is an indicative date only and may change.
VI.5)Date of dispatch of this notice: