Network management services Great Ormond Street Hospital
Great Ormond Street Hospital for Children seeks expressions of interest from suitably qualified network management partners to undertake the ongoing management of our network and telephony infrastructure on a 5 year term.
UK-London: technical computer support services
2012/S 23-037677
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Great Ormond Street Hospital
Great Ormond Street
Contact point(s): Kim Hillman
WC1N 3JH London
UNITED KINGDOM
Telephone: +44 2078298667
E-mail: kim.hillman@gosh.nhs.uk
Fax: +44 2072424901
Internet address(es):
General address of the contracting authority: www.gosh.nhs.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 7: Computer and related services
NUTS code
Our telephony platform is based on Cisco Call Manager IP Telephony with reducing presence of Siemens analogue switch based phones. Our deployment consists of 3000 IP handsets and approximately 700 analogue handsets.
72611000, 72610000, 72510000, 72250000, 32400000, 72222300
Section III: Legal, economic, financial and technical information
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
To be demonstrated at PQQ.
(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 three 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;
(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, an 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 3 years;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(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 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.
To be demonstrated at PQQ.
Section IV: Procedure
Notice on a buyer profile
Notice number in the OJEU: 2011/S 40-065763 of 26.2.2011
Section VI: Complementary information
The awarding authority reserves the right not to proceed with the process at any stage of the procurement and shall not be liable for any abortive costs incurred. The Trust reserves the right to award contracts to one or more bidder and/or to split the award. GO Reference: GO-201221-PRO-3688953.
Great Ormond Street Hospital for Children NHS Trust
Telephone: +44 2078298667
Body responsible for mediation procedures
Great Ormond Street Hospital for Children NHS Trust
Telephone: +44 2078298667
Great Ormond Street Hospital for Children NHS Trust
Telephone: +44 2078298667
VI.5)Date of dispatch of this notice:1.2.2012