Sponsorship of Stoma Care Nurses
The Sponsorship of Stoma Care Nurses and Associated Products and Services.
United Kingdom-London: Stomatology devices
2015/S 229-416732
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
King’s Health Partners
C/o Guy’s and St Thomas’ NHS Foundation Trust, 2nd Floor, New City Court, Guy’s Hospital, Great Maze Pond
For the attention of: Mr Rupinder Mangat (Sourcing Manager)
SE1 9RT London
UNITED KINGDOM
Telephone: +44 2071885341
E-mail: rupinder.mangat@gstt.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)
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 UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Sponsorship of Stoma Care Nurses and Associated Products and Services related to the treatment of stoma patients within the trust and community.
II.1.6)Common procurement vocabulary (CPV)
33126000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— Funding for 1 x Band 8A clinical Nurse Specialist employed full-time (37,5 hours per week );
— Funding for 1 x Band 4 clerical secretarial support employed full-time (37,5 hours).
Prospective providers to reimburse the Trust for travel expenses of the clinical Nurse Specialist nurses when providing community visits to patients residing within the local catchment area of the Trust.
Prospective providers to reimburse the Trust for Recruitment costs for the Nursing Posts should the incumbent staff leave employment of the Trust to maximum of 2 800 GBP per post.
Bidders to provide funding for 3 stoma nurses to attend national stoma conferences to include accommodation and travel every year during the life of the contract.
Educational funding for Stoma Care up to the value of 4 000 GBP per annum during the life of the contract.
The Sponsor must note however that the client/patient may choose to opt out of their home delivery service and use another route of supply for their stoma products.
The Sponsor must be capable of supplying stoma products to clients/patients if temporarily out of the country e.g. clients/patients living half of the year aboard or on holiday who have run into difficulty.
The Sponsor must make available a free advice telephone line and free postal service to clinical staff and clients/patients.
The Sponsor must inform Colorectal Nurses by telephone as soon as but no later than 24 hours of any patient problems/issues.
The Sponsor will be required to carry out a patient experience audit twice yearly and report findings of these audits to the Trust.
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45 (1) of Directive 2004/18/EC (implemented as Regulation 23 (1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45 (2) of Directive 2004/18/EC (see also Regulation 23 (2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23 (1) and 23 (2) criteria are at: http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45 (1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45 (2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
(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.
III.2.3)Technical capacity
(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.
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.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Funding. Weighting 40
2. Provision of home care service and patient support in community. Weighting 20
3. Clinical products offered. Weighting 20
4. Capacity to deliver value of the contract. Weighting 10
5. Information governance. Weighting 10
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
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.3.7)Minimum time frame during which the tenderer must maintain the tender
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
VI.2)Information about European Union funds
VI.3)Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=174060607
GO Reference: GO-20151124-PRO-7366677.
VI.4.1)Body responsible for appeal procedures
King’s Health Partners
C/O Guy’s & St Thomas’ NHS Foundation Trust, 2nd Floor, New City Court, Guy’s Hospital, Great Maze Pond
SE1 9RT London
UNITED KINGDOM
E-mail: rupinder.mangat@gstt.nhs.uk
Telephone: +44 2071885341
Body responsible for mediation procedures
King’s Health Partners
C/O Guy’s & St Thomas’ NHS Foundation Trust, 2nd Floor, New City Court, Guy’s Hospital, Great Maze Pond
SE1 9RT London
UNITED KINGDOM
E-mail: rupinder.mangat@gstt.nhs.uk
Telephone: +44 2071885341
VI.5)Date of dispatch of this notice: