Fixed Fee Procurement Project Delivery Service – National Framework
The Countess of Chester Hospital NHS Foundation Trust’s Commercial Procurement Service seeks to introduce a new commercial Framework Agreement which will allow UK public bodies to procure a procurement project delivery service. 4 Lots.
United Kingdom-Chester: Procurement consultancy services
2017/S 172-352522
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Liverpool Road
Chester
CH2 1UL
United Kingdom
Telephone: +44 1244365143
E-mail: info@coch-cps.co.uk
NUTS code: UK
Internet address(es):Main address: www.nhssourcing.co.uk
I.1)Name and addresses
UK
United Kingdom
E-mail: info@coch-cps.co.uk
NUTS code: UKInternet address(es):Main address: www.nhssourcing.co.uk
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
National Framework Agreement for a Fixed Fee Procurement Project Delivery Service.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Countess of Chester Hospital NHS Foundation Trust’s Commercial Procurement Service seeks to introduce a new commercial Framework Agreement which will allow UK public bodies to procure a procurement project delivery service.
This Invitation to Tender (ITT is offered in four lots:
Lot 1 — OJEU Projects;
Lot 2 — Framework mini-competition projects;
Lot 3 — Back-Office Support;
Lot 4 — Project Bundle (made up of any combination of the above 3 types of project. Any call off contract must include a minimum of 2 different types of projects).
Further details are provided in the ITT accompanying this Contract Notice which can be viewed at www.nhssourcing.co.uk
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1: OJEU Projects
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This is a full service for the Tenderer to provide a complete end to end procurement process for projects above the defined thresholds under the Public Contracts Regulations 2015. The service provided must be fully compliant with the Public Contracts Regulations 2015, including the relevant advertising within the Official Journal of the European Union (OJEU) and Contracts Finder. The Tenderer will take full ownership of delivering the project, from the strategy and approach, to the day to day management and all tasks associated with delivering the project.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The proposed framework agreement may be subject to re-advertisement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2: Framework mini-competition projects
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This is a full service for the Tenderer to manage Framework mini-competitions, from seeking buy in to utilising the framework, and managing the engagement of suppliers. The exact scope of this service will vary depending on the mini-competition process specified within the chosen framework.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The proposed framework agreement may be subject to re-advertisement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3: Back-Office Support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Under this service the client will provide a procurement lead, and the Tenderer will provide back office support only. The client has the resource to undertake the strategy, approach, tender evaluation and any strategic elements of the procurement process, but the day to day management and all admin tasks are carried out by the Tenderer. At a high level, this is to include drafting all tender documentation collating information and managing communication with suppliers..
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The proposed framework agreement may be subject to re-advertisement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4: Project Bundle (made up of any combination of OJEU Projects, Framework Mini-Competition Projects and Back Office Support Projects)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This is a volume driven service, whereby the client commits to a number of projects from the outset. Call off contracts will be made up of a minimum of 2 different types of the following projects:
— Lot 1 OJEU Projects
— Lot 2 Framework Mini Competitions
— Lot 3 Back Office Support
The purpose of this Lot 4 is to offer the client volume driven discounts, based on the total number of projects required, rather than the number of a particular type of project. This service must allow the client to commit to contracting for a number of procurement projects within the contract period, without the need to specify the number of each type of project up-front. This is to provide flexibility to the client, whilst ensuring they obtain volume based discounts.
There are no minimum numbers of each particular project type within each call off contract, but each contract must contain a minimum of two different types of project.
Any tenderer wishing to bid for Lot 4 must also submit bids for Lots 1, 2 and 3.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The proposed framework agreement may be subject to re-advertisement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Test for issue 32067 en_GB.
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice: