Report Dated: 04-03-2012
OJEU Finder

Index / inks

Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index links below. This will take you directly to the matching document.

Entry

Title

Deadline

Type

Authority

60420-2012

UK-Canterbury: taxi services

06/03/2012

Additional information (IC = AA changes and cancellations)

EAST KENT HOSPITALS UNIVERSITY

61647-2012

UK-Manchester: cardiac-monitoring devices

22/03/2012

Invitation to tender

UNIVERSITY HOSPITAL OF SOUTH MANCHESTER NHS FOUNDATION TRUST

61770-2012

UK-London: data capture services

17/04/2012

Invitation to tender

DEPARTMENT FOR EDUCATION

61789-2012

UK-Northampton: IT services: consulting, software development, Internet and support

30/03/2012

Invitation to tender

NORTHAMPTON GENERAL HOSPITAL NHS TRUST



TITLE: UK-Canterbury: taxi services
PUBLISHED ON: 24/02/2012
DOCUMENT NUMBER: 60420-2012
JOURNAL NUMBER: 38
SPECIFICATION DUE:
DEADLINE: 06/03/2012
TYPE OF DOCUMENT: 2 - Additional information (IC = AA changes and cancellations)
NATURE OF CONTRACT: 4 - Service contract
PROCEDURE: 2 - Restricted procedure
REGULATION: 5 - European Union, with participation by GPA countries
AWARDING AUTHORITY: N - National or federal Agency/Office
TYPE OF BID: Z - Not specified
CRITERIA: 2 - The most economic tender
CPV CODE(S):
60120000
Taxi services
AGENCY: EAST KENT HOSPITALS UNIVERSITY
COUNTRY: GB. LANGUAGE: EN

East Kent Hospitals University, NHS Foundation Trust Headquarters Kent and Canterbury Hospital Ethelbert Road, attn: Monjur Elahi, UNITED KINGDOM-CT1 3NGCanterbury. Tel. +44 1233616100. E-mail: monjur.elahi@nhs.net. (Supplement to the Official Journal of the European Union, 19.1.2012, 2012/S 12-019395) Instead of: II.1.4) Information on framework agreement: Estimated total value of purchases for the entire duration of the framework agreement: Estimated value excluding VAT: 200 000 GBP. II.2.1) Total quantity or scope: Estimated value excluding VAT: 200 000 GBP. IV.3.4) Time limit for receipt of tenders or requests to participate: 17.2.2012 (12:00). Read: II.1.4) Information on framework agreement: Estimated total value of purchases for the entire duration of the framework agreement: Estimated value excluding VAT: 600 000 GBP. II.2.1) Total quantity or scope: Estimated value excluding VAT: 600 000 GBP. IV.3.4) Time limit for receipt of tenders or requests to participate: 6.3.2012 (12:00).

ORIGINAL LANGUAGE:


TED (C) European Communities 2012. OJEU Finder. Contact reception@ojeu.com

>> Back to top >>



TITLE: UK-Manchester: cardiac-monitoring devices
PUBLISHED ON: 24/02/2012
DOCUMENT NUMBER: 61647-2012
JOURNAL NUMBER: 38
SPECIFICATION DUE: 16/03/2012
DEADLINE: 22/03/2012
TYPE OF DOCUMENT: 3 - Invitation to tender
NATURE OF CONTRACT: 4 - Service contract
PROCEDURE: 2 - Restricted procedure
REGULATION: 5 - European Union, with participation by GPA countries
AWARDING AUTHORITY: 6 - Body governed by public law
TYPE OF BID: Z - Not specified
CRITERIA: 2 - The most economic tender
CPV CODE(S):
33123210, 33182300, 33182400, 33123220, 33182000, 45215148, 33111700
Cardiac-monitoring devices, Cardiac surgery devices, Cardiac X-ray system, Cardio-angiography devices, Cardiac support devices, Catheter room construction work, Angiography room
AGENCY: UNIVERSITY HOSPITAL OF SOUTH MANCHESTER NHS FOUNDATION TRUST
COUNTRY: GB. LANGUAGE: EN

Contract notice Services Directive 2004/18/EC Section I: Contracting authority I.1) Name, addresses and contact point(s) University Hospital of South Manchester NHS Foundation Trust International House, Ledson Road M23 9GP Manchester UNITED KINGDOM E-mail: procurement@uhsm.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 Body governed by public law I.3) Main activity Health I.4) Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities: no Section II: Object of the contract II.1) Description II.1.1) Title attributed to the contract by the contracting authority: Cath labs. II.1.2) Type of contract and location of works, place of delivery or of performance Services Service category No 27: Other services Main site or location of works, place of delivery or of performance: University Hospital of South Manchester NHS Foundation Trust, Southmoor Road, Wythenshawe, Manchester, M23 9LT, UNITED KINGDOM. NUTS code UKD31 II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS) The notice involves a public contract II.1.5) Short description of the contract or purchase(s) The University Hospital of South Manchester is looking for expressions of interest from providers of Catheter laboratories. The Trust will be looking for a supplier who could provide options for delivery of this service i.e. purchase or managed service option. UHSM wishes to appoint a provider who will assist the Trust to further promote their position as a major cardiac treatment centre, by delivering a value for money service. II.1.6) Common procurement vocabulary (CPV) 33123210, 33182300, 33182400, 33123220, 33182000, 45215148, 33111700 II.1.7) Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): yes II.2) Quantity or scope of the contract II.2.1) Total quantity or scope: Contract period - 7 years. II.2.2) Information about options Options: yes Description of these options: With an option to extend for a further: plus 1 year plus 1 year plus 1 year. II.3) Duration of the contract or time limit for completion Duration in months: 84 (from the award of the contract) Section III: Legal, economic, financial and technical information III.2) Conditions for participation 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: Suppliers instructions how to express interest in this tender: 1. Register your company on the eSourcing portal (this is only required once): — Browse to the eSourcing Portal: https://www.nhssourcing.co.uk and click the link to register, — Accept the terms and conditions and click 'continue', — Enter your correct business and user details, — Note the username you chose and click 'Save' when complete, — You will shortly receive an email with your unique password (please keep this secure). 2. Express an interest in the tender: — Login to the portal with the username/password, — Click the 'PQQs / ITTs Open To All Suppliers' link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier), — Click on the relevant PQQ/ ITT to access the content, — Click the 'Express Interest' button at the top of the page, — This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only), — You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box. 3. Responding to the tender: — Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining), — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification, — Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT, — There may be a mixture of online & offline actions for you to perform (there is detailed online help available). You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk. Section IV: Procedure IV.1) Type of procedure IV.1.1) Type of procedure Restricted IV.1.2) Limitations on the number of operators who will be invited to tender or to participate Envisaged minimum number 5 IV.2) Award criteria IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document IV.2.2) Information about electronic auction An electronic auction will be used: no IV.3) Administrative information IV.3.1) File reference number attributed by the contracting authority: UHSM/6052 IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document Time limit for receipt of requests for documents or for accessing documents: 16.3.2012 - 12:00 IV.3.4) Time limit for receipt of tenders or requests to participate 22.3.2012 - 12:00 IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. Section VI: Complementary information VI.3) Additional information The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. This is an Expressions of interest stage only. Expressions of Interest will only be accepted via the BravoSolution portal. For assistance please contact Bravo Soultion Helpdesk on T: +44 8003684850 or via email:bravosolution.co.uk. VI.5) Date of dispatch of this notice: 21.2.2012

ORIGINAL LANGUAGE:


TED (C) European Communities 2012. OJEU Finder. Contact reception@ojeu.com

>> Back to top >>



TITLE: UK-London: data capture services
PUBLISHED ON: 24/02/2012
DOCUMENT NUMBER: 61770-2012
JOURNAL NUMBER: 38
SPECIFICATION DUE: 10/04/2012
DEADLINE: 17/04/2012
TYPE OF DOCUMENT: 3 - Invitation to tender
NATURE OF CONTRACT: 4 - Service contract
PROCEDURE: 1 - Open procedure
REGULATION: 5 - European Union, with participation by GPA countries
AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority
TYPE OF BID: 1 - Submission for all lots
CRITERIA: 2 - The most economic tender
CPV CODE(S):
72313000, 72316000, 72322000
Data capture services, Data analysis services, Data management services
AGENCY: DEPARTMENT FOR EDUCATION
COUNTRY: GB. LANGUAGE: EN

Contract notice Services Directive 2004/18/EC Section I: Contracting authority I.1) Name, addresses and contact point(s) Department for Education Sanctuary Buildings, Great Smith Street Contact point(s): Commercial Team SW1P 3BT London UNITED KINGDOM Telephone: +44 2476660137 E-mail: INBOX@education.gsi.gov.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 Ministry or any other national or federal authority, including their regional or local sub-divisions I.3) Main activity Education I.4) Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities: no Section II: Object of the contract II.1) Description II.1.1) Title attributed to the contract by the contracting authority: Collection of optional test data for key stage 1 tests, Optional tests at years 3, 4 and 5 and year 1 phonics check item level data. II.1.2) Type of contract and location of works, place of delivery or of performance Services Service category No 27: Other services NUTS code UK II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS) The notice involves a public contract II.1.5) Short description of the contract or purchase(s) Data capture services. Data analysis services. Data management services. The pupil level item data is collected for KS1 and optional tests to enable schools to benchmark their results with other schools by their geographical area, school type and/or gender. The second use for the data is to enable the DfE to monitor schools standards, both on an individual school basis and also a national level, on a year by year comparison. The year 1 phonics check item level data will again be utilised by schools to benchmark themselves against other schools in the sample. The principal requirements of the successful supplier will be to: (1) Select and approach schools to secure their cooperation in the provision of data; (2) Collect the required data from the selected schools, ensuring there is sufficient data to meet the statistical sampling requirements; and (3) Analyse the data; and (4) Provide the data in the required format and at the required time to DfE. II.1.6) Common procurement vocabulary (CPV) 72313000, 72316000, 72322000 II.1.7) Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): yes II.1.8) Lots This contract is divided into lots: no II.1.9) Information about variants Variants will be accepted: no II.2) Quantity or scope of the contract II.2.1) Total quantity or scope: The successful supplier will need to achieve a sample of no less than 3 200 pupils per subject in KS1, 6 000 pupils per subject in the optional tests and 10 000 pupils for the year 1 phonics check, while ensuring compliance with the required sample representativeness. II.3) Duration of the contract or time limit for completion Duration in months: 36 (from the award of the contract) Section III: Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) Deposits and guarantees required: As indicated within the ITT. III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: As indicated within the ITT. III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Prime contractor, joint venture. III.1.4) Other particular conditions The performance of the contract is subject to particular conditions: no III.2) Conditions for participation III.2.2) Economic and financial ability Information and formalities necessary for evaluating if the requirements are met: Information in respect of the conditions under Regulation 24 that will be notified as requirements within the ITT. Minimum level(s) of standards possibly required: As indicated within the ITT. III.2.3) Technical capacity Information and formalities necessary for evaluating if the requirements are met: Information in respect of the conditions under Regulation 25 that will be notified as requirements within the ITT. Minimum level(s) of standards possibly required: As indicated within the ITT. Section IV: Procedure IV.1) Type of procedure IV.1.1) Type of procedure Open IV.2) Award criteria IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document IV.2.2) Information about electronic auction An electronic auction will be used: no IV.3) Administrative information IV.3.1) File reference number attributed by the contracting authority: STA0010 IV.3.2) Previous publication(s) concerning the same contract no IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document Time limit for receipt of requests for documents or for accessing documents: 10.4.2012 - 14:00 Payable documents: no IV.3.4) Time limit for receipt of tenders or requests to participate 17.4.2012 - 12:00 IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. IV.3.7) Minimum time frame during which the tenderer must maintain the tender in days: 60 (from the date stated for receipt of tender) IV.3.8) Conditions for opening tenders Date: 18.4.2012 - 09:00 Place: Coventry. Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no VI.3) Additional information The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Parties wishing to be considered for this contract must register their interest by giving their business name, address, telephone number, fax number, e-mail address, and a contact name and address for receipt of a invitation to tender (ITT) to Contracts.INBOX@education.gsi.gov.uk by the deadline of 14:00 hours on 10.4.2012. Once the interest is received, the ITT shall be issued within two working days and must be completed and returned by the closing deadline of 12:00 hours on 17.4.2012. GO Reference: GO-2012222-PRO-3732235. VI.4) Procedures for appeal VI.4.1) Body responsible for appeal procedures As in 1 VI.5) Date of dispatch of this notice: 22.2.2012

ORIGINAL LANGUAGE:


TED (C) European Communities 2012. OJEU Finder. Contact reception@ojeu.com

>> Back to top >>



TITLE: UK-Northampton: IT services: consulting, software development, Internet and support
PUBLISHED ON: 24/02/2012
DOCUMENT NUMBER: 61789-2012
JOURNAL NUMBER: 38
SPECIFICATION DUE:
DEADLINE: 30/03/2012
TYPE OF DOCUMENT: 3 - Invitation to tender
NATURE OF CONTRACT: 4 - Service contract
PROCEDURE: 2 - Restricted procedure
REGULATION: 4 - European Union
AWARDING AUTHORITY: 6 - Body governed by public law
TYPE OF BID: 1 - Submission for all lots
CRITERIA: 2 - The most economic tender
CPV CODE(S):
72000000
IT services: consulting, software development, Internet and support
AGENCY: NORTHAMPTON GENERAL HOSPITAL NHS TRUST
COUNTRY: GB. LANGUAGE: EN

Contract notice Services Directive 2004/18/EC Section I: Contracting authority I.1) Name, addresses and contact point(s) Northampton General Hospital NHS Trust Purchasing & Supply, Cliftonville For the attention of: Mr Daryl Read NN1 5BD Northampton UNITED KINGDOM Telephone: +44 1604523922 E-mail: daryl.read@ngh.nhs.uk Internet address(es): General address of the contracting authority: www.supplying2nhs.com I.2) Type of the contracting authority Body governed by public law I.3) Main activity Health I.4) Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities: no Section II: Object of the contract II.1) Description II.1.1) Title attributed to the contract by the contracting authority: Pharmacy management & e-prescribing system. II.1.2) Type of contract and location of works, place of delivery or of performance Services Service category No 7: Computer and related services Main site or location of works, place of delivery or of performance: Main place of performance: Northampton General Hospital NHS Trust (NGH). Kettering General Hospital NHS Foundation Trust and Bedford Hospital, plus any other NHS bodies in England, subject to the approval of NGH, including but not limited to Acute Trusts, Foundation Trusts, Ambulance Trusts, Primary Care Trusts, Care Trusts, NHS Hospital Trusts, Strategic Health Authorities, Mental Health Trusts, Special Health Authorities, Community Health Councils, Local Health Boards, Social Enterprises, NHS Collaborative Procurement Hubs, GP Practices, Primary Care Commissioners, Department of Health, Public Health England and Local Authorities (where Local Authorities are engaged in the provision or commissioning of health related services, for example (but not limited to) the fields of healthcare, social care, early years care and public health). Full listings of these bodies can be found at: Acute Trusts: http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx. Primary Care Trusts: http://www.nhs.uk/servicedirectories/Pages/PrimaryCareTrustListing.aspx. Mental Health Trusts: http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx. Ambulance Trusts: http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx. Care Trusts: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx. Strategic Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/StrategicHealthAuthorityListing.aspx. Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx. Other English NHS bodies: http://www.nhs.uk/servicedirectories/Pages/ServiceSearch.aspx. Arms Length Bodies http://www.dh.gov.uk/en/Aboutus/OrganisationsthatworkwithDH/Armslengthbodies/Categorisationofarmslengthbodies/index.htm. The NHS Commissioning Board and other organisations involved in commissioning or overseeing General Practitioner services and GP consortia which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010. GP Practices: http://www.nhs.uk/servicedirectories/Pages/ServiceSearch.aspx, and: http://www.general-practitioners-uk.co.uk/. And any other provider of primary medical services: a) Who are a party to any of the following contracts: — General medical services (GMS), — Personal medical services (PMS), — Alternative provider medical services (APMS), and/or b) Commissioned by the NHS Commissioning Board or other organisations involved in commissioning or overseeing General Practitioner services, as described above. Social enterprises: http://www.dh.gov.uk/prod_consum_dh/groups/dh_digitalassets/@dh/@en/documents/digitalasset/dh_119228.pdf. Local authorities: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG. NUTS code UKF II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS) The notice involves a public contract II.1.5) Short description of the contract or purchase(s) The Trust envisages the introduction of an integrated medicines management system at NGH and also Berrywood Hospital pharmacy. The system would replace the existing EDS Swift Healthcare system which although supported is no longer being developed and so is a constraint on achieving best practice in medicine management and e-prescribing. The Trust will implement e-prescribing in a subsequent project but given the close integration necessary between a pharmacy and e-prescribing system will evaluate e-prescribing functionality in addition to that of pharmacy as part of this tender exercise and retain a contractual option to purchase the e-prescribing module after implementation of the pharmacy system e-prescribing. The Trust does not intend to produce an OBS based on its own requirements for e-prescribing, rather understand the suppliers offering by asking the supplier to detail compliance with the national baseline functional specification v1.0 25.1.2007. http://www.connectingforhealth.nhs.uk/systemsandservices/eprescribing/baselinefunctspec.pdf/view. II.1.6) Common procurement vocabulary (CPV) 72000000 II.1.7) Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): no II.1.8) Lots This contract is divided into lots: no II.3) Duration of the contract or time limit for completion Duration in months: 36 (from the award of the contract) Section III: Legal, economic, financial and technical information III.1) Conditions relating to the contract III.2) Conditions for participation 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: Suppliers will be assessed on the basis of the information provided in response to a pre-qualification questionnaire (PQQ) which will be made available via the trusts E-Tendering portal www.supplying2nhs.com, after the closing date for receipt of expressions of interest. III.2.2) Economic and financial ability Information and formalities necessary for evaluating if the requirements are met: To be assessed on the basis of the information and the selection criteria described in the PQQ. III.2.3) Technical capacity Information and formalities necessary for evaluating if the requirements are met: To be assessed on the basis of the information and the selection criteria described in the PQQ and ITT documents. III.3) Conditions specific to services contracts III.3.1) Information about a particular profession Execution of the service is reserved to a particular profession: no Section IV: Procedure IV.1) Type of procedure IV.1.1) Type of procedure Restricted IV.1.2) Limitations on the number of operators who will be invited to tender or to participate Envisaged minimum number 2: and maximum number 5 Objective criteria for choosing the limited number of candidates: The completed PQQ will be used to shortlist the most suitable 2-5 candidates based on the selection criteria described in the PQQ. IV.2) Award criteria IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document IV.2.2) Information about electronic auction An electronic auction will be used: no IV.3) Administrative information IV.3.1) File reference number attributed by the contracting authority: DNWC-8RGCXM IV.3.2) Previous publication(s) concerning the same contract no IV.3.4) Time limit for receipt of tenders or requests to participate 30.3.2012 - 09:00 IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. IV.3.7) Minimum time frame during which the tenderer must maintain the tender in days: 90 (from the date stated for receipt of tender) IV.3.8) Conditions for opening tenders Persons authorised to be present at the opening of tenders: no Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no VI.3) Additional information Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement specific information (if required) through the 'Supplying to the NHS' E-Tendering portal at www.supplying2nhs.com plus the mandatory requirement to be registered with Sid4Health. You will be able to express your interest once you have applied to register in the portal and a user name and password have been provided. The Trust reserves the right not to award the contract in part or whole. The Trust will not be responsible for any candidates costs incurred in submitting their tender. VI.5) Date of dispatch of this notice: 23.2.2012

ORIGINAL LANGUAGE:


TED (C) European Communities 2012. OJEU Finder. Contact reception@ojeu.com

>> Back to top >>