ࡱ > M O J K L )` # bjbj 2L { { v v v v v v v D r r r r , < Z Z Z Z Z n D b d d d d d d $ h w v 6 Z Z 6 6 v v Z Z 6 6 6 6 v Z v Z b 6 6 b 6 6 v v 6 Z w r 6 6 b 0 6 # 6 # 6 6 # v F 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 6 d r r $ v v v v v v Report Dated: 15-04-2015 OJEU Finder Index / Links 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. Title: HYPERLINK "" \l "BMDoc123312-2015" United Kingdom-Leeds: Health and social work services Document Number: HYPERLINK "" \l "BMDoc123312-2015" 69/123312-2015Deadline: Type Of Document: 0 - Prior Information Notice (Forecast)Awarding Authority: Department for Work and PensionsCPV: 85000000 ; Health and social work servicesTitle: HYPERLINK "" \l "BMDoc127539-2015" United Kingdom-London: Horses Document Number: HYPERLINK "" \l "BMDoc127539-2015" 72/127539-2015Deadline: Type Of Document: 0 - Prior Information Notice (Forecast)Awarding Authority: DefraCPV: 03322300, 72310000, 72320000, 72000000 ; Horses, Data-processing services, Database services, IT services: consulting, software development, Internet and supportTitle: HYPERLINK "" \l "BMDoc127542-2015" United Kingdom-Leeds: Community health services Document Number: HYPERLINK "" \l "BMDoc127542-2015" 72/127542-2015Deadline: Type Of Document: 0 - Prior Information Notice (Forecast)Awarding Authority: Leeds City CouncilCPV: 85323000 ; Community health servicesTitle: HYPERLINK "" \l "BMDoc127519-2015" United Kingdom-Ilford: Hospital services Document Number: HYPERLINK "" \l "BMDoc127519-2015" 72/127519-2015Deadline: Type Of Document: 2 - Additional information (IC = AA changes and cancellations)Awarding Authority: NHS Redbridge Clinical Commissioning Group (CGG) on behalf of itselfCPV: 85111000, 85111810, 85121000, 85141000, 85141200, 85144000 ; Hospital services, Blood analysis services, Medical practice services, Services provided by medical personnel, Services provided by nurses, Residential health facilities servicesTitle: HYPERLINK "" \l "BMDoc124741-2015" United Kingdom-London: Health services Document Number: HYPERLINK "" \l "BMDoc124741-2015" 70/124741-2015Deadline: 22/05/2015Type Of Document: 3 - Invitation to tenderAwarding Authority: NHS England (London)CPV: 85100000, 85141200, 85130000, 85149000, 85121100 ; Health services, Services provided by nurses, Dental practice and related services, Pharmacy services, General-practitioner servicesTitle: HYPERLINK "" \l "BMDoc124751-2015" United Kingdom-Cheadle: Public road transport services Document Number: HYPERLINK "" \l "BMDoc124751-2015" 70/124751-2015Deadline: 18/05/2015Type Of Document: 3 - Invitation to tenderAwarding Authority: Painsley Catholic CollegeCPV: 60112000, 60170000 ; Public road transport services, Hire of passenger transport vehicles with driverTitle: HYPERLINK "" \l "BMDoc125167-2015" United Kingdom-Salford: Recruitment services Document Number: HYPERLINK "" \l "BMDoc125167-2015" 70/125167-2015Deadline: 22/04/2015Type Of Document: 3 - Invitation to tenderAwarding Authority: HMRCCPV: 79600000, 79610000, 79633000, 79634000 ; Recruitment services, Placement services of personnel, Staff development services, Career guidance servicesTitle: HYPERLINK "" \l "BMDoc126298-2015" United Kingdom-Blackburn: Pathology services Document Number: HYPERLINK "" \l "BMDoc126298-2015" 71/126298-2015Deadline: 11/05/2015Type Of Document: 3 - Invitation to tenderAwarding Authority: East Lancashire Hospitals NHS TrustCPV: 85111800, 79420000, 71900000, 51430000, 85111810 ; Pathology services, Management-related services, Laboratory services, Installation services of laboratory equipment, Blood analysis servicesTitle: HYPERLINK "" \l "BMDoc126325-2015" United Kingdom-London: Health and social work services Document Number: HYPERLINK "" \l "BMDoc126325-2015" 71/126325-2015Deadline: 08/05/2015Type Of Document: 3 - Invitation to tenderAwarding Authority: Tower HamletsCPV: 85000000, 98000000 ; Health and social work services, Other community, social and personal servicesTitle: HYPERLINK "" \l "BMDoc126329-2015" United Kingdom-London: Health and social work services Document Number: HYPERLINK "" \l "BMDoc126329-2015" 71/126329-2015Deadline: 14/05/2015Type Of Document: 3 - Invitation to tenderAwarding Authority: Healthcare Quality Improvement PartnershipCPV: 85000000, 85140000, 85100000 ; Health and social work services, Miscellaneous health services, Health servicesTitle: HYPERLINK "" \l "BMDoc122081-2015" United Kingdom-Doncaster: Health and social work services Document Number: HYPERLINK "" \l "BMDoc122081-2015" 68/122081-2015Deadline: 24/04/2015Type Of Document: 3 - Invitation to tenderAwarding Authority: Doncaster Clinical Commissioning GroupCPV: 85000000, 85160000 ; Health and social work services, Optician servicesTitle: HYPERLINK "" \l "BMDoc122084-2015" United Kingdom-Belfast: Decontamination equipment Document Number: HYPERLINK "" \l "BMDoc122084-2015" 68/122084-2015Deadline: 12/05/2015Type Of Document: 3 - Invitation to tenderAwarding Authority: Belfast Health and Social Care TrustCPV: 42924720 ; Decontamination equipmentTitle: HYPERLINK "" \l "BMDoc127670-2015" United Kingdom-Leeds: Health and social work services Document Number: HYPERLINK "" \l "BMDoc127670-2015" 72/127670-2015Deadline: 08/05/2015Type Of Document: 3 - Invitation to tenderAwarding Authority: NHS England North (Yorkshire and the Humber)CPV: 85000000, 85130000 ; Health and social work services, Dental practice and related servicesTitle: HYPERLINK "" \l "BMDoc127704-2015" United Kingdom-Dorchester: Health and social work services Document Number: HYPERLINK "" \l "BMDoc127704-2015" 72/127704-2015Deadline: 18/05/2015Type Of Document: 3 - Invitation to tenderAwarding Authority: Dorset County CouncilCPV: 85000000, 85300000, 85310000, 85312000 ; Health and social work services, Social work and related services, Social work services, Social work services without accommodationTitle: HYPERLINK "" \l "BMDoc127748-2015" United Kingdom-London: Health services Document Number: HYPERLINK "" \l "BMDoc127748-2015" 72/127748-2015Deadline: 14/05/2015Type Of Document: 3 - Invitation to tenderAwarding Authority: Healthcare Quality Improvement PartnershipCPV: 85100000, 85140000, 85000000 ; Health services, Miscellaneous health services, Health and social work services TITLE: United Kingdom-Leeds: Health and social work services PUBLISHED ON: 09/04/2015 DOCUMENT NUMBER: 123312-2015 JOURNAL NUMBER: 69 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 0 - Prior Information Notice (Forecast) NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 9 - Not applicable REGULATION: 4 - European Union AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority TYPE OF BID: 9 - Not applicable CRITERIA: 9 - Not applicable CPV CODE(S): 85000000 Health and social work services AGENCY: Department for Work and Pensions COUNTRY: GB. LANGUAGE: EN I.1) Name, addresses and contact point(s)Department for Work and PensionsQuarry HouseLeedsPostal Code: LS2 7UAUnited KingdomContact point(s): DWP will manage this procurement through its e-procurement solution. All interested partiesshould register here www.dwp.bravosolution.co.ukFor the attention of: Partlow PennyTelephone: +44 1111111111E-mail: penny.partlow@dwp.gsi.gov.ukInternet address(es):General address of the contracting authority: DWP will manage this procurement through its e-procurement solution. All interested partiesshould register here www.dwp.bravosolution.co.ukFurther 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 authorityMinistry or any other national or federal authorityI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: noII.1.1) Title attributed to the contract by the contracting authority:Voluntary Early Intervervention Back Pain Pilot.Service category No : Health and social services25II.1.4) Information on framework agreementwww.hmrc.gov.ukwww.environment-agency.gov.ukwww.bis.gov.ukDate of dispatch of this notice:Date: 07/04/2015II.2) Type of contract and location of worksSouth East Wales.II.2.1) Total quantity or scope:South East Wales District intend to use FSF to carry out a small-scale feasibility pilot to test the concept of providing access to a telephone triage service and National Institute for Clinical Excellence (NICE) approved therapies prior to Work Capability Assessment (WCA), supports ESA claimants with musculoskeletal conditions to move closer to, or return to work. Therapies will include physical, manual and psychological treatments such as exercise, physiotherapy and congitive behavioural therapy (CBT).The aim of this small-scale feasibility pilot is to offer a new service and test the design detail of the intervention(s) and therapies (including eligibility and volumes offered), methods of tracking findings and, the initial effects. These findings, alongside the results of other pilots, will help to inform what types of support best assist ESA claimants with back pain (and secondary mental health conditions) to progress in the labour market. It is, therefore, important that the Provider has the capability to:Deliver a telephone triage service;Work with ESA claimants to provide a combination of physical, manual and psychological therapies that meet NICE guidelines;Provide a brief write up of the expected number of treatments for each claimant referred;Work consistently with DWP and JCP;Offer design and implementation insights; andCollect feedback from claimants.Although a small-scale feasibility pilot, it offers a unique opportunity to a Provider to help shape and learn what works to improve support for the ESA claimant group.The Service Delivery Model is to offer a telephone triage service and treatment sessions which may include physical, manual or psychological therapies, alongside advice and information to promote self-management of back pain in an employment support context. The precise intervention will be determined as part of the Tender process.The Invitation to Tender (ItT) will invite potential bidders to set out how they intend to provide a service and how it should be delivered and the key issues in ensuring successful outcomes, including the capability to deliver the proposal in the labour market context.Potential bidders are expected to ensure the Healthcare Practioner (HCPs) delivering the service have the relevant qualifications, experience and competencies to provide treatments for individuals with back pain and related mental health conditions. HCPs must be registered with the relevant regulatory and/or professional body on the appropriate part(s) of its registers.Common Procurement Vocabulary:85000000,II.3) Information on framework agreementThe notice involves the establishment of a framework agreement: noIII.1) Conditions relating to the contractIII.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Parent company guarantees, performance bonds or deposits may be required in appropriate circumstances. Agreement with DWP Terms and Conditions.Section VI: Complementary informationVI.3)Additional informationThe Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.VI.3)Additional informationThe Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. This PIN is not a binding statement of intent, it outlines the Authority's intention to engage with the Supply Market on an open and formal basis to develop potential options for future services, if that is what is decided.Subject to a decision on future provision the anticipated duration for this requirement is for the period July 2015 to 2016. While the information contained in this document is believed to be correct at the time of issue, neither the Authority nor its advisors will accept any liability for its accuracy, adequacy or completeness. No express or implied warranty is given relating to the information contained in this document and the Authority reserves the right to amend or cease either part or the whole requirement set out in this Prior Information Notice at any time. Accordingly, the Authority will not be liable for any bid cost, expenditure, work or effort incurred by a provider inacting on the basis of this Prior Information Notice. ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-London: Horses PUBLISHED ON: 14/04/2015 DOCUMENT NUMBER: 127539-2015 JOURNAL NUMBER: 72 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 0 - Prior Information Notice (Forecast) NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority TYPE OF BID: 9 - Not applicable CRITERIA: 9 - Not applicable CPV CODE(S): 03322300, 72310000, 72320000, 72000000 Horses, Data-processing services, Database services, IT services: consulting, software development, Internet and support AGENCY: Defra COUNTRY: GB. LANGUAGE: EN I.1) Name, addresses and contact point(s)Defra17 Nobel HouseLondonPostal Code: SW1P 3JRUnited KingdomFor the attention of: Patric LemagnenE-mail: patric.lemagnen@defra.gsi.gov.ukFurther 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 authorityMinistry or any other national or federal authorityI.3) Main activityEnvironmentI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: noII.1.1) Title attributed to the contract by the contracting authority:The UK Central Equine Database.Service category No : Computer and related services7II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.2) Type of contract and location of worksThe Department for Environment, Food and Rural Affairs, Nobel House, 17 Smith Square, London, SW1P 3JR.II.2.1) Total quantity or scope:In accordance with new EU regulation, the UK is obligated to operate a dedicated Member State Central Equine Database. Defra intend to procure and hold the contract for the designated UK database that meets statutory requirements. Information will be provided directly to this database from UK Passport Issuing Organisations (PIOs). Defra are seeking to procure a supplier to design, build and host the above-mentioned database, and provide ongoing management services. Defra would be seeking a supplier with experience operating in the equine industry.This contract is divided into lots: noCommon Procurement Vocabulary:03322300,72310000,72320000,72000000,Scheduled date for start of award procedures: 1.12.2015II.3) Information on framework agreementThe notice involves the establishment of a framework agreement: noIII.1) Conditions relating to the contractSection VI: Complementary informationVI.3)Additional informationThe Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. Defra intend to hold a supplier engagement day in order to present the opportunity in greater detail. Should you wish to attend this event please contact Defra Procurement at patric.lemagnen@defra.gsi.gov.ukVI.3)Additional informationThe Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.Defra intend to hold a supplier engagement day in order to present the opportunity in greater detail and. Should you wish to attend this event, please contact Defra Procurement at: patric.lemagnen@defra.gsi.gov.ukDate of dispatch of this notice:Date: 08/04/2015 ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-Leeds: Community health services PUBLISHED ON: 14/04/2015 DOCUMENT NUMBER: 127542-2015 JOURNAL NUMBER: 72 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 0 - Prior Information Notice (Forecast) NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 9 - Not applicable REGULATION: 4 - European Union AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 9 - Not applicable CRITERIA: 9 - Not applicable CPV CODE(S): 85323000 Community health services AGENCY: Leeds City Council COUNTRY: GB. LANGUAGE: EN I.1) Name, addresses and contact point(s)Leeds City CouncilSt George HouseLeedsPostal Code: LS1 3DLUnited KingdomFor the attention of: Tony BaileyTelephone: +44 1133952486E-mail: tony.bailey@leeds.gov.ukFax: +44 1133952486Internet address(es):General address of the contracting authority: www.leeds.gov.ukFurther 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 authorityRegional or local authorityI.3) Main activityGeneral Public ServicesHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yesNHS North Leeds Clinical Commissioning GroupLeafield House, 107-109 King LaneLeedsPostal Code: LS17 5BPUnited KingdomII.1.1) Title attributed to the contract by the contracting authority:The North Leeds Social Prescription Service.Service category No : Health and social services25II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.2) Type of contract and location of worksII.2.1) Total quantity or scope:To provide a pilot social prescribing service to the populations of North Leeds.Procurement to commence May/June 2015.Proposed contract start date 1.4.2016.Contract is to be awarded for 18 months.Estimated value excluding VAT: 800 000 GBPThis contract is divided into lots: noCommon Procurement Vocabulary:85323000,Scheduled date for start of award procedures: 01.09.2015II.3) Information on framework agreementThe notice involves the establishment of a framework agreement: noIII.1) Conditions relating to the contractSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: noDate of dispatch of this notice:Date: 09/04/2015VI.3)Additional informationThe objective of the Social Prescription service is to provide a more holistic approach to supporting a person's health and wellbeing. The service will do this by providing mechanisms for linking patients and their carer's with non-medical sources of support within the community. The service will offer diverse solutions that will assist with the shift in investment from acute to primary and community services. It will aim to break down the barriers between GP's, hospitals and the community, physical and mental health whilst fostering positive links between the NHS, local authority and third sector organisations. It is envisaged that key areas of support will be supporting older people to live independently; promoting mental wellbeing and providing access to wider social and economic support.The Social Prescribing service should offer access to a range of activities, information and advice, advocacy and support to people with relevant needs. Typical options might include support with positive lifestyle promotion, employment, benefits, housing, debt, legal advice relationships and support for older people to live independently and reduce social isolation. Social prescription is likely to provide access to other opportunities in areas such as arts and creativity, physical activity, learning new skills, employment support, volunteering, mutual aid, befriending and self-help.Definition Social prescription is a non-medical, community-based intervention that offers the opportunity to provide alternatives or enhancements to primary care treatments. ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-Ilford: Hospital services PUBLISHED ON: 14/04/2015 DOCUMENT NUMBER: 127519-2015 JOURNAL NUMBER: 72 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 2 - Additional information (IC = AA changes and cancellations) NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: 9 - Not applicable CRITERIA: 9 - Not applicable CPV CODE(S): 85111000, 85111810, 85121000, 85141000, 85141200, 85144000 Hospital services, Blood analysis services, Medical practice services, Services provided by medical personnel, Services provided by nurses, Residential health facilities services AGENCY: NHS Redbridge Clinical Commissioning Group (CGG) on behalf of itself COUNTRY: GB. LANGUAGE: EN UK-Ilford: Hospital servicesNHS Redbridge Clinical Commissioning Group (CGG) on behalf of itself,2-14 Ilford Hill, Becketts House, Essex,For the attention of:David Olusanya, Procurement Manager,IlfordPostal Code: IG1 2QX,United Kingdom. Telephone:+44 2036881360. E-mail:david.olusanya@nelcsu.nhs.uk(Supplement to the Official Journal of the European Union, 31.3.2015, 2015/S 63-110938)RE:Common Procurement Vocabulary:85111000,85111810,85121000,85141000,85141200,85144000,Hospital servicesBlood analysis servicesMedical practice servicesServices provided by medical personnelServices provided by nursesResidential health facilities servicesInstead of:II.4)Short description of nature and quantity or value of supplies or services:Range: between 3 000 000 and 3 500 000 GBPRead:II.4)Short description of nature and quantity or value of supplies or services:Range: between 300 000 and 350 000 GBP ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-London: Health services PUBLISHED ON: 10/04/2015 DOCUMENT NUMBER: 124741-2015 JOURNAL NUMBER: 70 SPECIFICATION DUE: 22/05/2015 DEADLINE: 22/05/2015 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: 3 - Submission for one or more lots CRITERIA: 2 - The most economic tender CPV CODE(S): 85100000, 85141200, 85130000, 85149000, 85121100 Health services, Services provided by nurses, Dental practice and related services, Pharmacy services, General-practitioner services AGENCY: NHS England (London) COUNTRY: GB. LANGUAGE: EN Section I: Contracting authorityI.1) Name, addresses and contact point(s)NHS England (London)Southside,105 Victoria StreetLondonPostal Code: SW1E 6QTUnited KingdomContact point(s): via the eTendering portal (link below)For the attention of: Barend HenningTelephone: +44 1489779186E-mail: barend.henning@nhs.netInternet address(es):General address of the contracting authority: www.england.nhs.ukAddress of the buyer profile: www.nhssourcing.co.ukElectronic access to information: www.nhssourcing.co.ukElectronic submission of tenders and requests to participate: www.nhssourcing.co.ukFurther information can be obtained from:NHS England (London) via eTendering portal only (link below)Internet address: www.nhssourcing.co.ukSpecifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:NHS England (London) via eTendering portal only (link below)Internet address: www.nhssourcing.co.ukTenders or requests to participate must be sent to:NHS England (London) via eTendering portal only (link below)Internet address: www.nhssourcing.co.ukI.2) Type of the contracting authorityBody governed by public lawI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:RTL025P Provision of Prison Healthcare Services at HMP/YOI Holloway and HMP Wormwood Scrubs.II.1.2) Type of contract and location of works, place of delivery or of performanceServicesService category No : Health and social services25Main site or location of works, place of delivery or of performance:NUTS Code UKI,NUTS CodeHMP/YOI Holloway and HMP Wormwood Scrubs.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)NHS England London Region (the Contracting Authority) wishes to commission providers of Healthcare services for two Prisons in London. The procurement is split into 2 Lots.The Lots are as follows Lot 1 includes HMP/YOI Holloway. Lot 2 includes HMP Wormwood Scrubs.The establishments listed require the following services to be delivered:1. Primary Care GP and Nursing services.2. Healthcare Administration.3. Mental Heath Services.4. Sexual Health Services.5. Clinical Substance Misuse Services.6. Psycho-social interventions service for substance misusers.7. Allied Healthcare Services e.g. Chiropody/Podiatry, Physiotherapy etc.8. Optometry services.9. Pharmaceutical Services.10. Dental Services.11. Clinical Waste management.12. Escorts and Bedwatches management.13. Radiology Services (including radiographers, radiation protection advisor/s where X-Rays are in place).14. Health Promotion.15. Continuity of Care.The above list is not exhaustive and full details on the required services will be outlined in the service specification as part of the contract documents for those Bidders invited to tender.The Contracting Authority wishes to receive responses to the PQQ from suitably qualified healthcare providers experienced in healthcare service provision within secure settings (Bidders) with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the specified services within the requisite timescales. The Contracting Authority intends to award one contract as a result of this procurement process for each of the Lots described above. Further information on the proposed structure of the contract is provided in the PQQ and Memorandum of Information (MOI) documentation made available online to interested parties on the NHS Sourcing eTendering portal (link below).The Contracting Authority will consider consortia bids in the procurement. The Contracting Authority will only accept bids from organisations (or groups of organisations) that are able to provide the full list of required services within each Lot. The services within each Lot are non-separable.To clarify, Bidders who only specialise in certain service areas are able to form consortia or other relationships (for example sub-contracting for a Prime contractor) in order to be considered for the opportunity. Important information regarding Bidder Structures is available on the tender portal for interested parties. This information explains the structures which Bidders are able to/ required to take in Bidding for this opportunity.The contract will have an initial period of 5 years (60 months) which will be followed by two optional 12 month extension periods. Therefore if both of the optional extensions are taken up, the maximum contract period will be 84 months.The Estimated Contract Value for Lot 1 is 49 063 000 GBP.The Estimated Contract Value for Lot 2 is 63 749 000 GBP.The contract values shown above and elsewhere on the advert are estimated figures for the full (extended) 7 year contract term (Ex VAT).Interested potential Bidders must access the PQQ documentation via the NHS Sourcing eTendering portal as soon as possible and ensure they are familiar with the process. Completed PQQ responses will only be accepted via the eTendering portal specified and the deadline for submission of these is Friday 22.5.2015 at 12:00 (noon).If on reading this advert, you do not wish to register as a Lead Bidder but would be interested in becoming a subcontractor for a Lead Bidder, please find within the documentation on the eTendering portal a template to complete and submit to register your interest in this opportunity as a subcontractor. Interested subcontractors should submit their information forms via the portal as soon as possible via the messaging function on the portal so that it can be shared with potential Lead Bidders (subcontractors should not necessarily wait until PQQ submission date to submit their forms).Additional information can be found in the Memorandum of Information (MOI) document available now via the eTendering portal. The PQQ documentation will be made available for download on the e-tendering portal (link below) by 16:00 on 17.4.2015.The dates and other information outlined in this advert are subject to change and interested parties are advised to register on the eTendering portal to keep up to date with any subsequent changes to information relating to this contract opportunity.The Public Contracts Regulations 2015 do not come into force for clinical healthcare service procurements until April 2016 and therefore the Services to which this requirement relates fall within Part B of Schedule 3 to the Public Contracts Regulations 2006 (the Regulations) and Appendix II B to Council Directive 2004/18/EC. Neither the publication of the advertisement(s), the inclusion of a Bidder selection stage nor the use of the term Pre-Qualification Questionnaire nor any other indication (including any statement in the ITT) shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations, save those applicable to Part B services. NHS England will be using the Restricted tender process as a template for this Part B service procurement see above.All communication must be via the eTendering portal stated.Common Procurement Vocabulary:85100000,85141200,85130000,85149000,85121100,II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.1.8) LotsThis contract is divided into lots: yesTenders may be submitted for one or more lotsLot No: 1 Lot title: HMP/YOI Holloway1) Short description:See previous description.2) Common Procurement Vocabulary:85100000,3) Quantity or scope:The contract will have an initial period of 5 years (60 months) which will be followed by 2 optional 12 month extension periods. Therefore if both of the optional extensions are taken up, the maximum contract period will be 84 months. The contract values shown above and elsewhere on the advert are estimated figures for the full (extended) 7 year contract term (Ex VAT).Estimated value excluding VAT: 49 063 000 GBP4) Indication about different date for duration of contract or starting/completionDuration in months 84(from the award of the contract)See tender documentation for details on Lot governance.Lot No: 2 Lot title: HMP Wormwood Scrubs1) Short description:See previous description.2) Common Procurement Vocabulary:85100000,3) Quantity or scope:The contract will have an initial period of 5 years (60 months) which will be followed by 2 optional 12 month extension periods. Therefore if both of the optional extensions are taken up, the maximum contract period will be 84 months. The contract values shown above and elsewhere on the advert are estimated figures for the full (extended) 7 year contract term (Ex VAT).Estimated value excluding VAT: 63 749 000 GBP4) Indication about different date for duration of contract or starting/completionDuration in months 84(from the award of the contract)See tender documentation for details on tender Lot governance.II.1.9) Information about variants Variants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The contract will have an initial period of 5 years (60 months) which will be followed by 2 optional 12 month extension periods. Therefore if both of the optional extensions are taken up, the maximum contract period will be 84 months. The contract values shown above and elsewhere on the advert are estimated figures for the full (extended) 7 year contract term (Ex VAT).Estimated value excluding VAT: 112 812 000 GBPThe contract will have an initial period of 5 years (60 months) which will be followed by 2 optional 12 month extension periods. Therefore if both of the optional extensions are taken up, the maximum contract period will be 84 months.II.2.3) Information about renewalsII.2.3) Information about renewalsThis contract is subject to renewal: yesNumber of possible renewals: 2Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:See PQQ documentation for further details.III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:See PQQ documentation for further details.III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:See PQQ documentation for further details.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation 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 and 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.III.2.2) Economic and financial abilitySee PQQ documentation for further details.Minimum level(s) of standards possibly required:See PQQ documentation for further details.III.2.3) Technical capacitySee PQQ documentation for further details.Minimum level(s) of standards possibly required:See PQQ documentation for further details.Section IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 5See PQQ documentation for further details.IV.2) Award criteriaIV.2.1) Award criteriaThe 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 documentIV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:RTL025PIV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 22.05.2015 - 12:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participateDate: 22/05/2015 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidatesDate: 29/6/2015IV.3.6) Language(s) in which tenders or requests to participate may be drawn upEnglishIV.3.7) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6(from the date stated for receipt of tender)IV.3.8) Conditions for opening of tendersPlace:Electronic submissions via the eTendering portal onlywww.nhssourcing.co.ukSection VI: Complementary informationThis is a recurrent procurement: noVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: noVI.3)Additional informationThe Contracting Authority intends to use an eTendering system in this procurement exercise. See PQQ documentation for further details. www.nhssourcing.co.ukVI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresSee contact details provided previouslyInternet address: www.nhssourcing.co.ukBody responsible for mediation proceduresSee contact details provided previouslyInternet address: www.nhssourcing.co.ukVI.4.3) Service from which information about the lodging of appeals may be obtainedSee contact details provided previouslyInternet address: www.nhssourcing.co.ukDate of dispatch of this notice:Date: 07/04/2015 ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-Cheadle: Public road transport services PUBLISHED ON: 10/04/2015 DOCUMENT NUMBER: 124751-2015 JOURNAL NUMBER: 70 SPECIFICATION DUE: 06/05/2015 DEADLINE: 18/05/2015 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: 8 - Other TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 60112000, 60170000 Public road transport services, Hire of passenger transport vehicles with driver AGENCY: Painsley Catholic College COUNTRY: GB. LANGUAGE: EN Section I: Contracting authorityI.1) Name, addresses and contact point(s)Painsley Catholic CollegeStation RoadCheadlePostal Code: ST10 1LHUnited KingdomFor the attention of: Mrs Joanne BradburyTelephone: +44 1538483944E-mail: jbradbury@painsley.staffs.sch.ukFax: +44 1538483962Further 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)Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Tenders or requests to participate must be sent to:I.3) Main activityEducationSecondary school, part of a Multi-Academy company funded by the Department for EducationI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Home to School Transport.II.1.2) Type of contract and location of works, place of delivery or of performanceServicesService category No : Land transport services [2], including armoured car services, and courier services, except transport of mail2Main site or location of works, place of delivery or of performance:NUTS Code UKG2,II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)II.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesAny tender may be rejected from a company/organisation who interalia: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 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 for compulsory winding up or 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 misconduct proven by any means which the contracting 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 money laundering. Please refer to regulation no 23 of the public Procurement Regulations 2006 (SI No5) for additional rejection criteria (see link) http://www.opsi.gov.uk/si/si2006/20060005.htmII.1.5) Short description of the contract or purchase(s)Home to School Transport.Common Procurement Vocabulary:60112000,60170000,II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesThis contract is divided into lots: noII.1.9) Information about variants Variants will be accepted: yesII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The price or prices quoted must be based upon a daily rate. Transport operators may tender for as many contracts as they wish, but will be asked to state in the questionnaire the maximum number of contracts they are able to undertake. Where the operator is awarded a greater number of contracts than they are able to undertake the College reserves the right to award the excess contracts to the operator with the next highest weighting score. Painsley Catholic College will accept variant forms of Tender if the Transport operator considers that such alternative proposals will represent better value for money for the College than the primary tender. However, Transport Operators should note that the College will accept variations to the terms and type of financial arrangement, route timetables and vehicle specifications only. No variation of any other aspect of the tender will be accepted. For avoidance of doubt a Variant Tender will only be considered if submitted together with the Primary Tender and which complies fully with the requirements of these instructions and conditions to Transport Operators. The evaluation cost will be based upon the whole life cost of the contract 4 years. Operators may bid for any number of routes offered. The contract agreement is between the appointed Transport Operators and Painsley Catholic College to provide Home to School transport to service users in the Staffordshire region, predominantly within the Staffordshire Moorlands area and the outskirts. Contracts will be awarded in accordance with EU regulations (Section 19 of the Public Contract Regulations) and as described in the tender documents.II.2.2) Information about optionsOptions: noThis contract is subject to renewal: noII.3) Duration of the contract or time limit for completionDuration in months 48(from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Payments to be made in monthly instalments at the end of each month i.e., contracts commence on 7.9.2015, therefore, the College will make the first monthly payment on 30th September. See Invitation to Tender in relation to payment conditions.III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:No special form is required by the grouping of providers, but each provider will be required to become jointly or severally responsible for the contract before acceptance.III.2) Conditions for participationIII.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Holding or required level of the following insurance certification: Public Liability Insurance; Employers Liability Insurance; Vehicle Insurance.Minimum level(s) of standards required: Public Liability Insurance 10 000 000 GPB in respect of each and every claim.Employers Liability Insurance 10 000 000 GPB in respect of each and every claim.Vehicle Insurance 5 000 000 GPB in respect of each and every claim. The above insurance levels must be in place at the time of tender return or operators must agree to have the above insurance levels in place before the award of any contract. Failure to do so may result in the termination of any award of contract.Tenders will be scored using the following Weightings:Punctuality: 10 %Quality of Service: 30 % (see sub-criteria in ITT)Price: 60 %See ITT, Special conditions of Contract and Questionnaire.III.2.3) Technical capacityPCV's sufficient Operating Discs held by the operator. Operators must have a customer care policy and a Health and Safety policy.Please refer to Invitation to Tender, Special conditions of Contract and accompanying Questionnaire.III.3) Conditions specific to services contractsExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.1.3) Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated noIV.2) Award criteriaIV.2.1) Award criteriaThe 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 documentIV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 06.05.2015 - 14:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participateDate: 18/05/2015 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may be drawn upEnglishEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3(from the date stated for receipt of tender)IV.3.8) Conditions for opening of tendersDate: 19/5/2015 - 10:00Place:Painsley Catholic College.Principal, Director(s) and Academy Business Director. Board of Directors make the final decision as to which operators are awarded a Home to School Transport contract(s).Section VI: Complementary informationThis is a recurrent procurement: noVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: noVI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresPainsley Catholic CollegeStation RoadCheadlePostal Code: ST10 1LHUnited KingdomE-mail: jbradbury@painsley.staffs.sch.ukTelephone: +44 1538483944Internet address: www.painsley.co.ukFax: +44 1538483944VI.4.2) Lodging of appealsPainsley Catholic College will incorporate a minimum of ten calendar day standstill period. The award decision notice will specify the criteria for the award of the contract, the reasons for the decision, the name and score of the successful tender; and will specify when the standstill period is expected to end or the date before which the College will not conclude the contract agreement. If an appeal regarding the award of a contract agreement has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (within 3 months). The court may order the setting aside of the award decision or may order the College to amend any document and may award damages. If a framework agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.VI.4.3) Service from which information about the lodging of appeals may be obtainedPainsley Catholic CollegeStation RoadCheadlePostal Code: ST10 1LHUnited KingdomE-mail: jbradbury@painsley.staffs.sch.ukTelephone: +44 1538483944Fax: +44 1538483944Date of dispatch of this notice:Date: 07/04/2015 ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-Salford: Recruitment services PUBLISHED ON: 10/04/2015 DOCUMENT NUMBER: 125167-2015 JOURNAL NUMBER: 70 SPECIFICATION DUE: DEADLINE: 22/04/2015 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority TYPE OF BID: 9 - Not applicable CRITERIA: 9 - Not applicable CPV CODE(S): 79600000, 79610000, 79633000, 79634000 Recruitment services, Placement services of personnel, Staff development services, Career guidance services AGENCY: HMRC COUNTRY: GB. LANGUAGE: EN I.1) Name, addresses and contact point(s)HMRC5th Floor West Ralli Quays, 3 Stanley StreetSalfordPostal Code: M60 9LAUnited KingdomFor the attention of: James PowerTelephone: +44 3000587827E-mail: james.power@hmrc.gsi.gov.ukInternet address(es):General address of the contracting authority: www.hmrc.gsi.gov.ukElectronic submission of tenders and requests to participate: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline/recruitment-services-dynamic-purchasing-systemI.2) Type of the contracting authorityMinistry or any other national or federal authorityI.3) Main activityOtherI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yesHMRC3 Stanley StreetSalfordUnited KingdomII.1.1) Title attributed to the contract by the contracting authority:HMRC Dynamic Purchasing System Executive Search and Selection 2014.II.1.2) Type of contract and location of works, place of delivery or of performanceServicesRecruitment services. Placement services of personnel. Staff development services. Career guidance services. Recruitment services. Placement services of personnel. Staff development services. Career guidance services. Recruitment services. Placement services of personnel. Staff development services. Career guidance services. HMRC Dynamic Purchasing System Executive Search and Selection 2014. Copies of the full documentation relating to the use of the DPS can be accessed via the following link: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline/recruitment-services-dynamic-purchasing-systemCommon Procurement Vocabulary:79600000,79610000,79633000,79634000,3) Quantity or scope:II.2.1) Total quantity or scope:The following list gives an indication of the vacancies that could potentially be offered to the external suppliers, but others may also arise during the March 2015 period. Profession/Area Transfer Pricing Specialist Role/Level Grade 6 (2 positions), Profession/Area Transfer pricing Economist Role/Level Grade 6 (2 positions), Profession/Area Structured Tax Planning Role/Level Grade 6 (2 positions).Any procurement exercises to support filling the above positions will be offered to suppliers via the Executive Search and Assessment Dynamic Purchasing System (DPS).Therefore, if not already done so, any organisations wishing to compete for the above or future opportunities must first of all apply to be accepted onto the DPS. Details of how to apply to join the Dynamic Purchasing System can be found at V1.1 (Additional Information). For information, to be included in any procurement opportunity for the above mentioned post your DPS application must reach us no later than 22.4.2015.Estimated value excluding VAT: Range: between 100000 GBP and 125000 GBPIV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationNotice number in the OJEU: 2014/S 39-065129Publication date: 2014.02.252204201512:00IV.3.6) Language(s) in which tenders or requests to participate may be drawn upEnglishVI.3)Additional informationHMRC is using the Crown Commercial Service e-Sourcing (e-Tendering) tool for this DPS on behalf of CS Resourcing. Consequently formal applications are to be submitted by completing an on-line Questionnaire. Information about the e-Sourcing tool/application can be obtained from http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender Economic operators who have complied with the foregoing will receive details of how to access the on-line Questionnaire (Indicative Tender (bid). If an email response is not received please check your spam filters. Applications not submitted in the required form (or containing the requested information) may be rejected. (When requesting access to the online Questionnaire, please notify the Authority if you have any accessibility issues (disabilities), which may prevent you from providing a high quality response using the e-sourcing tool/application. All communications shall be in English. Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the contract will be in Sterling. Any contract or agreement resulting from the DPS will be considered as a contract made in England according to English law and subject to the exclusive jurisdiction of the English courts. The Authority does not bind itself to accept any Indicative Tender (bid) and reserves the right to accept any part of the Indicative Tender (bid) unless the tenderer expressly stipulates to the contrary. The Race Relations Act 1976, as amended by the Race Relations (Amendment) Act 2000 (RRA), gives the Authority a statutory duty to promote race equality. In order to fully comply with its duty under the RRA, the Authority will take steps to ensure that its procurement activity and resulting contracts also promote race equality. The Authority expressly reserves the right (i) not to award any contract as a result of the DPS process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the competition; and in no circumstances will the Authority be liable for any costs incurred by the candidates. There can be no guarantee of subsequent call-off contracts being awarded, any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential suppliers. Any orders placed under this DPS will form a separate contract under the scope of this DPS between the supplier and the specific requesting other Contracting Body. The Authority has established a DPS for use by the following Contracting Bodies and UK public sector bodies (and any future successors to these bodies) Central Government Departments, Executive Agencies and NDPBs. The government departments detailed in the following list are likely to use the DPS, which includes the Ministry of Defence and its agencies, trading funds and non departmental public bodies' as well as any other UK government department listed in the Office for National Statistics (ONS) Public Sector Classification Guide, which is updated monthly and can be found at the following link: http://www.ons.gov.uk/ons/publications/all-releases.html?definition=tcm%3A77-23641 The Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). However the evaluation of Indicative Tender (bid)s will be based solely on the criteria set out for the DPS. Public Corporations: British Broadcasting Corporation (BBC).BNFL plc. Export Credits Guarantee Department. Nuclear Decommissioning Authority. Royal Mail Group plc. United Kingdom Atomic Energy Authority. Urenco. Partnerships UK. Royal Mint. ABRO. Defence Aviation Repair Agency (DARA). Defence Science and Technology Laboratory (Dstl). Met Office. UK Hydrographic Office. Forensic Science Service. NATS. Actis Capital LLP. CDC Group plc. Working Links Limited. British Waterways Authority. Covent Garden Market Authority. Channel 4.The Tote. Ordnance Survey. QEII Conference Centre. Northern Ireland Water. Scottish Water. Local Authorities. http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG)NDPBs.http://www.civilservice.gov.uk/Assets/PublicBodies2009_tcm6-35808.pdf http://www.civilservice.gov.uk/jobs/Departments-NDPBs-AtoL/A-toF.aspx National Parks Authorities. Educational Establishments in England and Wales, maintained by the Department for Education including Schools, Universities and Colleges but NOT. Independent Schools. Police Forces in the United Kingdom. Fire and Rescue Services (including Scotland, Wales and Northern Ireland). NHS Bodies England including Acute Trusts, Ambulance Trusts, Primary Care trusts, Care Trusts, NHS Hospital Trusts, Foundation Trusts, Strategic Health Authorities, Mental Health Trusts, Special Health Authorities, Community Health Councils, Local Health Boards, NHS Trusts, including Ambulance Trusts. (There is also a drill down to NHS Doctors making them easily identifiable'). Hospices. Hospices in UK including Scotland, Wales and Northern Ireland. Registered Social Landlords (Housing Associations). Third Sector and Charities. Citizens Advice. Scottish Public Bodies. Scottish Government. Scottish Local Authorities. Scottish Agencies, NDPBs. Scottish NHS Bodies. Scottish Further and Higher Education Bodies. Scottish Police. Scottish Fire and Rescue. Scottish Housing Associations. Scottish Parliament. The Scotland Office. Scotland Citizens Advice. Scottish Schools. Primary Schools. Secondary Schools. Special Schools. Welsh Public Bodies National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities. NHS Wales. NHS Wales GP Practices. NNorthern Ireland Government Departments. Northern Ireland Public Sector Bodies and Local Authorities. Schools in Northern Ireland. Further and Higher Education in Northern Ireland. Health and Social care in Northern Ireland. Police Service of Northern Ireland. Citizens Advice Northern Ireland To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=85624932GO-2014221-PRO-5478433 TKR-2014221-PRO-5478432 To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=93983268GO-2014328-PRO-5565973 TKR-2014328-PRO-5565972VI.2) Date of Dispatch of This Notice: 8.4.2015 Annex AI) Address of the other contracting authority/entity on behalf of which the contracting authority/entity is purchasing 1: Contracting Authority HMRC, Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom.To view this notice, please click here:https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=117080343GO-20141024-PRO-6113980 TKR-20141024-PRO-6113979.Annex A.I) Address of the other contracting authority/entity on behalf of which the contracting authority/entity is purchasing.1: Contracting Authority.HMRC.Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom.To view this notice, please click here:https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=139933908GO Reference: GO-201548-PRO-6507198.Date of dispatch of this notice:Date: 08/04/2015 ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-Blackburn: Pathology services PUBLISHED ON: 11/04/2015 DOCUMENT NUMBER: 126298-2015 JOURNAL NUMBER: 71 SPECIFICATION DUE: DEADLINE: 11/05/2015 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: 8 - Other TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 85111800, 79420000, 71900000, 51430000, 85111810 Pathology services, Management-related services, Laboratory services, Installation services of laboratory equipment, Blood analysis services AGENCY: East Lancashire Hospitals NHS Trust COUNTRY: GB. LANGUAGE: EN Section I: Contracting authorityI.1) Name, addresses and contact point(s)East Lancashire Hospitals NHS Trust05280446Royal Blackburn Hospital, Haslingden Road, LancashireBlackburnPostal Code: BB2 3HHUnited KingdomContact point(s): Please note that Expressions of Interest not received through the portal will be discounted. Do not fax,email, telephone or use social media to express your interestFor the attention of: Paul StaceyInternet address(es):Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/39Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12058&B=NHSSBSElectronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12058&B=NHSSBSFurther 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)Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Tenders or requests to participate must be sent to:I.3) Main activityHealthhealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Blood Sciences Managed Service Contract.II.1.2) Type of contract and location of works, place of delivery or of performanceServicesService category No : Other services27Main site or location of works, place of delivery or of performance:NUTS Code UKD41,NUTS CodeBlackburn with Darwen.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)Blood Sciences Managed Service Contract.Common Procurement Vocabulary:85111800,79420000,71900000,51430000,85111810,II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesThis contract is divided into lots: noII.1.9) Information about variants Variants will be accepted: noII.2) Quantity or scope of the contractEstimated value excluding VAT: Range: between 1500000 GBP and 2000000 GBPII.2.2) Information about optionsOptions: noThis contract is subject to renewal: noSection III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:If required to be indicated within the Invitation to Tender.III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:If required to be indicated within the Invitation to Tender.III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Joint and Several Liability.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.3) Conditions specific to services contractsExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 10IV.2) Award criteriaIV.2.1) Award criteriaThe 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 documentIV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:ELP/15/98IV.3.2) Previous publication(s) concerning the same contractNotice number in the OJEU: 2014/S 195-344906Publication date: 2014.10.07IV.3.3) Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participateDate: 11/05/2015 - 12:00Section VI: Complementary informationThis is a recurrent procurement: noVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: noDate of dispatch of this notice:Date: 08/04/2015 ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-London: Health and social work services PUBLISHED ON: 11/04/2015 DOCUMENT NUMBER: 126325-2015 JOURNAL NUMBER: 71 SPECIFICATION DUE: DEADLINE: 08/05/2015 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: Z - Not specified CRITERIA: 2 - The most economic tender CPV CODE(S): 85000000, 98000000 Health and social work services, Other community, social and personal services AGENCY: Tower Hamlets COUNTRY: GB. LANGUAGE: EN Section I: Contracting authorityI.1) Name, addresses and contact point(s)Tower HamletsMulberry PlaceLondonPostal Code: E14 2BGUnited KingdomContact point(s): ProcurementTelephone: +44 2073644099E-mail: procurement@towerhamlets.gov.ukInternet address(es):General address of the contracting authority: http://www.towerhamlets.gov.uk/Address of the buyer profile: http://www.towerhamlets.gov.uk/Electronic access to information: https://www.londontenders.org/procontract/suppier.nsfElectronic submission of tenders and requests to participate: https://www.londontenders.org/procontract/suppier.nsfFurther information can be obtained from:Tower HamletsMulberry PlaceLondonPostal Code: E14 2BGUnited KingdomContact point(s): ProcurementTelephone: +44 2073644099E-mail: procurement@towerhamlets.gov.ukSpecifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Tower HamletsMulberry PlaceLondonPostal Code: E14 2BGUnited KingdomContact point(s): ProcurementTelephone: +44 2073644099E-mail: procurement@towerhamlets.gov.ukTenders or requests to participate must be sent to:Tower HamletsMulberry PlaceLondonPostal Code: E14 2BGUnited KingdomContact point(s): ProcurementTelephone: +44 2073644099E-mail: procurement@towerhamlets.gov.ukI.2) Type of the contracting authorityRegional or local authorityI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:DR4864 Day Service for Rough Sleepers.II.1.2) Type of contract and location of works, place of delivery or of performanceServicesService category No : Health and social services25Main site or location of works, place of delivery or of performance:NUTS Code UK,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)The Day Service will provide a friendly and accessible engagement, advice and support service to rough sleepers and those vulnerably housed in Tower Hamlets and the City of London Corporation to reduce and prevent rough sleeping in the 2 boroughs.The Day Service will: Work in close partnership with outreach teams, NHS, DIP, DAAT, Probation, DWP, CMHTs and hostels to provide an integrated service and ensure clients are able to access appropriate support service; Implement all relevant pan London and local rough sleeping policies and protocols that aim to reduce and prevent rough sleeping in LBTH and the City of London.The aim of the Day Service is to: Deliver an advice and support service that will reduce and prevent rough sleeping in Tower Hamlets and the City of London. Specifically, work strategically and operationally with the local outreach teams to reduce the number people sleeping rough in Tower Hamlets and the City of London to as close to zero as possible. Ensure the delivery of a reliable, innovative service that provides value for money; Improve the health of Rough Sleepers; Ensure that services are developed, delivered and reviewed in consultation with Tower Hamlets' Rough Sleeping Co-ordinator and Tower Hamlets' Council.The Service must be located within the London Borough of Tower Hamlets. It will be open between 9:00 and 16:30 Monday to Friday.On specific operation days, e.g. mornings when the City of London run their Pop Up Hub, TH SORT's run Operation Valentine, if requested by the outreach teams, the service will open earlier.In the morning, the Service will provide a combination of engagement services to meet immediate need (e.g. breakfast, and a shower neither paid for under this contract) alongside formal assessment and casework to address the longer term and more complex needs of this client group.Common Procurement Vocabulary:85000000,98000000,II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.9) Information about variants Variants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The Day Service will: Work in close partnership with outreach teams, NHS, DIP, DAAT, Probation, DWP, CMHTs and hostels to provide an integrated service and ensure clients are able to access appropriate support service; Implement all relevant pan London and local rough sleeping policies and protocols that aim to reduce and prevent rough sleeping in LBTH and the City of London.The aim of the Day Service is to: Deliver an advice and support service that will reduce and prevent rough sleeping in Tower Hamlets and the City of London. Specifically, work strategically and operationally with the local outreach teams to reduce the number people sleeping rough in Tower Hamlets and the City of London to as close to zero as possible. Ensure the delivery of a reliable, innovative service that provides value for money; Improve the health of Rough Sleepers; Ensure that services are developed, delivered and reviewed in consultation with Tower Hamlets' Rough Sleeping Co-ordinator and Tower Hamlets' Council.Estimated value excluding VAT: 585 000 GBPII.2.2) Information about optionsOptions: noThis contract is subject to renewal: noII.3) Duration of the contract or time limit for completionDuration in months 36(from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.3) Conditions specific to services contractsExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.1.2) Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 0IV.1.3) Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated noIV.2) Award criteriaIV.2.1) Award criteriaThe 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 documentIV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:DR4864IV.3.3) Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participateDate: 08/05/2015 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidatesDate: 8/4/2015IV.3.6) Language(s) in which tenders or requests to participate may be drawn upEnglishIV.3.8) Conditions for opening of tendersPersons authorised to be present at the opening of tenders: noSection VI: Complementary informationThis is a recurrent procurement: noVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: noVI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresLondon Borough of Tower HamletsMulberry Place, 5 Clove CrescentLondonPostal Code: E14 2BGUnited KingdomE-mail: procurement@towerhamlets.gov.ukTelephone: +44 2073644099Date of dispatch of this notice:Date: 08/04/2015 ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-London: Health and social work services PUBLISHED ON: 11/04/2015 DOCUMENT NUMBER: 126329-2015 JOURNAL NUMBER: 71 SPECIFICATION DUE: DEADLINE: 14/05/2015 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: 8 - Other TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 85000000, 85140000, 85100000 Health and social work services, Miscellaneous health services, Health services AGENCY: Healthcare Quality Improvement Partnership COUNTRY: GB. LANGUAGE: EN Section I: Contracting authorityI.1) Name, addresses and contact point(s)Healthcare Quality Improvement Partnership6th Floor, Tenter House, 45 MoorfieldsLondonPostal Code: EC2Y 9AEUnited KingdomFor the attention of: Nicholas HolmesE-mail: procurement1@hqip.org.ukInternet address(es):General address of the contracting authority: http://www.hqip.org.ukAddress of the buyer profile: http://www.hqip.org.uk/procurement/Electronic access to information: http://www.hqip.org.uk/procurement/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)Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Tenders or requests to participate must be sent to:I.3) Main activityHealthOtherCharitable organisation commissioning on behalf of NHS EnglandI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yesWelsh GovernmentMajor Health Conditions Policy Team, Healthcare Policy Division,Directorate of Health Policy, Department for Health and Social Services, Cathays ParkCardiffPostal Code: CF10 3NQUnited KingdomSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:HQIP NCA 169 National Clinical Audit of Breast Cancer in Older Patients.II.1.2) Type of contract and location of works, place of delivery or of performanceServicesService category No : Health and social services25Main site or location of works, place of delivery or of performance:NUTS Code UKI, UK,II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)II.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesAs per acceptance of HQIP Standard Terms and Conditions of Contract supplied with the PQQ and ITT packs.II.1.5) Short description of the contract or purchase(s)The overarching requirements of this National Clinical Audit are as follows:To improve the quality of services and the outcomes achieved for patents with breast cancer in England and Wales, with a particular focus on addressing the barriers to high quality care for patents who develop breast cancer later in life.This aim will be achieved through a project with the following objectives:1. To develop a robust, high quality audit designed around key quality indicators likely to support local and national quality improvement.2. To achieve and maintain close alignment with relevant NICE national guidelines and quality standards throughout the audit, as appropriate.3. To enable improvements through the provision of timely, high quality data that compares providers of healthcare and comprises an integrated mixture of named Trust or Health Board, MDT, possibly consultant level and other levels of reporting.To identify from the outset the full range of audiences for the reports and other audit outputs, and plan and tailor them accordingly.Aims of this National Clinical Audit:The successful tenderer will provide a national comparative clinical audit of the quality and outcomes of NHS-funded care for older patients with Breast Cancer, in England and Wales. The audit is being commissioned on behalf of NHS England and the Welsh Government.The audit will comprise:Element 1; a continuous prospective audit of all eligible patients from their first presentation at MDT with primary breast cancer.Element 2: a feasibility study to be completed in the first two years of the contract to explore: the feasibility of extending the audit to cover patients with metastatic disease; the feasibility and value of linking data from the National Cancer Patient Experience Survey with future national breast cancer audit data at patient level; the feasibility of extending the audit along the patient pathway to include routes to diagnosis, bone health management, planning and palliative care etc.Suitable providers will need to be able to demonstrate: effective and fully integrated clinical leadership; the ability to engage actively with all relevant disciplines; robust project management skills; methodological expertise and experience, data collection, data cleaning and analysis and information security/management skills, including understanding/experience of patient-level data linkage; sound knowledge of information governance and procedures for gaining permissions for data processing; capacity and experience to successfully deliver the above requirement(s).Sound economic and financial standing assessed by evidence of professional indemnity insurance, audited accounts covering at least 3 previous financial years, a statement of turnover, profit and loss account and cash flow for the most recent year of trading, a statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position.Common Procurement Vocabulary:85000000,85140000,85100000,II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesThis contract is divided into lots: noII.1.9) Information about variants Variants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The contract value for the full 5 year term, which includes a possible 2 year extension, is between 1 050 000 GBP and 1 750 000 GBP. However, the contract is being offered for 3 years initially with a maximum budget of 1 050 000 GBP available, and bids exceeding this limit may be rejected.Possible extension of initial contract by up to 24 months.II.2.3) Information about renewalsII.2.3) Information about renewalsThis contract is subject to renewal: yesNumber of possible renewals: 2II.3) Duration of the contract or time limit for completionDuration in months 36(from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:As per the ITT.III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:As per the PQQ and ITT.III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:As per the PQQ and ITT.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met:As per the PQQ and ITT.III.2.2) Economic and financial abilityAs per the PQQ and ITT.III.2.3) Technical capacityAs per the PQQ and ITT.III.3) Conditions specific to services contractsExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 2: and maximum number 5Up to 5 of the highest scoring prospective suppliers at PQQ stage, who score more than 50 % of the available marks and meet all of the mandatory requirements.IV.2) Award criteriaIV.2.1) Award criteriaThe 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 documentIV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:HQIP NCA 169 National Clincial Audit of Breast Cancer in Older PatientsIV.3.2) Previous publication(s) concerning the same contractnoIV.3.4) Time limit for receipt of tenders or requests to participateDate: 14/05/2015 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidatesDate: 01/06/2015IV.3.6) Language(s) in which tenders or requests to participate may be drawn upEnglishSection VI: Complementary informationThis is a recurrent procurement: noVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: noVI.3)Additional informationProcurement documents (including the PQQ and the ITT) will be made available from Monday 13.4.2015.This contract opportunity is being offered under the Public Contracts Regulations 2015.VI.4) Procedures for appealVI.4.2) Lodging of appealsAs per the Public Contracts Regulations 2015.Date of dispatch of this notice:Date: 08/04/2015 ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-Doncaster: Health and social work services PUBLISHED ON: 08/04/2015 DOCUMENT NUMBER: 122081-2015 JOURNAL NUMBER: 68 SPECIFICATION DUE: 22/04/2015 DEADLINE: 24/04/2015 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: 6 - Body governed by public law TYPE OF BID: 3 - Submission for one or more lots CRITERIA: 2 - The most economic tender CPV CODE(S): 85000000, 85160000 Health and social work services, Optician services AGENCY: Doncaster Clinical Commissioning Group COUNTRY: GB. LANGUAGE: EN Section I: Contracting authorityI.1) Name, addresses and contact point(s)Doncaster Clinical Commissioning GroupSovereign House, Ten Pound WalkDoncasterPostal Code: DN4 5HWUnited KingdomFor the attention of: Somerset RichardTelephone: +44 1143051052E-mail: richard.somerset@nhs.netFurther 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)Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Tenders or requests to participate must be sent to:I.2) Type of the contracting authorityBody governed by public lawI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Community Eye Care Services (OPTOM).II.1.2) Type of contract and location of works, place of delivery or of performanceServicesService category No : Health and social services25Main site or location of works, place of delivery or of performance:NUTS Code UKE31,NUTS CodeDoncaster, South Yorkshire.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)NHS Yorkshire and Humber Commissioning Support (YHCS) are conducting this procurement exercise as an agent for and on behalf of NHS Doncaster Clinical Commissioning Group (the Commissioner).The Commissioner is seeking applications from suitably qualified and experienced Community eye care service specialist wishing to be considered for acceptance onto the list of Qualified Providers for any or all of the following Service(s):Service 1: Ocular Hypertension (OHT) Referral Refinement Scheme.Service 2: Stable Glaucoma Community Monitoring Scheme.Service 3: Children's Post Vision Screening.Service 4: Direct Referral Cataract Referral Services.Please note that this has been published again due to a revision to the specification and tariff for Service 2: Stable Glaucoma Community Monitoring Scheme. Recent successful applicants need not reapply.Providers will need to deliver high quality, efficient services which are responsive to the needs of the local communities, in line with national guidance and local requirements.Full details of the requirements and tariffs payable can be found within the Service Specification(s) available for download through the YHCS eTendering Portal (details of how to register on the Portal are provided within this advert).The Service(s) will be commissioned using the Any Qualified Provider (AQP) process. In securing services under the AQP process assurance of competence, quality and safety standards are required. Any provider will be eligible to join the qualified provider list subject to them demonstrating competency against specified criteria. Qualified providers will be expected to deliver the service under the NHS Standard Contract. As a qualified provider there are no levels of guaranteed activity and payment will be made based on actual provision.The procurement process will be conducted through the YHCS eTendering Portal and potential providers wishing to be considered for this contract opportunity should first register at https://www.nhssourcing.co.uk (potential providers are only required to register once). Once registered candidates can download further details of the requirement and complete and submit their response via the portal as instructed. If candidates encounter problems registering and/or responding through the eTendering portal then they should contact the Help-desk by telephoning +44 8003684850 or e-mailing help@bravosolution.co.uk.1. How to Register on the eTendering Portal: Visit https://www.nhssourcing.co.uk; Click the link to register; Accept the terms and conditions and click continue'; Enter your correct business and user details; Make a note of your username and click Save' when complete; You will shortly receive an email with your unique password (please keep this secure).2. How to Express an Interest in the opportunity: Login to the portal with your username and password; Click the PQQs / ITTs Open to All Suppliers' link; 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; 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. How to Respond to the opportunity: 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, and then follow the on-screen instructions to complete the PQQ/ ITT; There may be a mixture of online and 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.YHCS is the initial point of contact for all communications relating to this procurement and under no circumstances should potential providers approach the Commissioner, their staff or advisers directly. Any requests for clarification should be made via the eTendering portal messaging facility.Common Procurement Vocabulary:85000000,85160000,II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.1.8) LotsThis contract is divided into lots: yesTenders may be submitted for one or more lotsLot No: 1 Lot title: Ocular Hypertension (OHT) Referral Refinement Scheme2) Common Procurement Vocabulary:85000000,II.3) Duration of the contract or time limit for completionStarting 1.6.2015Completion 31.3.2018The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.Lot No: 2 Lot title: Stable Glaucoma Community Monitoring Scheme2) Common Procurement Vocabulary:85000000,II.3) Duration of the contract or time limit for completionStarting 1.6.2015Completion 31.3.2018The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.Lot No: 3 Lot title: Children's Post Vision Screening2) Common Procurement Vocabulary:85000000,II.3) Duration of the contract or time limit for completionStarting 1.6.2015Completion 31.3.2018The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.Lot No: 4 Lot title: Direct Referral Cataract Referral Services2) Common Procurement Vocabulary:85000000,II.3) Duration of the contract or time limit for completionStarting 1.6.2015Completion 31.3.2018The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.II.3) Duration of the contract or time limit for completionStarting 1.6.2015Completion 31.3.2018Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:Please refer to the AQP Documentation available for download from https://www.nhssourcing.co.ukIII.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Please refer to the AQP Documentation available for download from https://www.nhssourcing.co.ukIII.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Please refer to the AQP Documentation available for download from https://www.nhssourcing.co.ukIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation 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 on-screen instructions to complete the PQQ/ ITT There may be a mixture of online and 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.III.2.2) Economic and financial abilityPlease refer to the AQP Documentation available for download fromPowered by BravoSolution eSourcing Technologyhttps://www.nhssourcing.co.ukIII.2.3) Technical capacityPlease refer to the AQP Documentation available for download from https://www.nhssourcing.co.ukSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaThe 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 documentIV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:YHCS/DONC/RS/15/11IV.3.3) Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 22.04.2015 - 17:00IV.3.4) Time limit for receipt of tenders or requests to participateDate: 24/04/2015 - 17:00IV.3.6) Language(s) in which tenders or requests to participate may be drawn upEnglishSection VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: yesEstimated timing for further notices to be published:Window opportunity in 18 months and then full re-tender in 3 years.VI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: noVI.3)Additional informationThe Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresMonitorWellington House, 133-155 Waterloo RoadLondonPostal Code: SE1 8UGUnited KingdomE-mail: enquiries@monitor.gov.ukDate of dispatch of this notice:Date: 02/04/2015 ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-Belfast: Decontamination equipment PUBLISHED ON: 08/04/2015 DOCUMENT NUMBER: 122084-2015 JOURNAL NUMBER: 68 SPECIFICATION DUE: DEADLINE: 12/05/2015 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open 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): 42924720 Decontamination equipment AGENCY: Belfast Health and Social Care Trust COUNTRY: GB. LANGUAGE: EN Section I: Contracting authorityI.1) Name, addresses and contact point(s)Belfast Health and Social Care TrustEstates Services Department Musgrave Park Hospital, 20 Stockmans LaneBelfastPostal Code: BT97JBUnited KingdomFor the attention of: Anderson NigelTelephone: +44 2895046971E-mail: nigel.anderson@belfasttrust.hscni.netInternet address(es):General address of the contracting authority: http://www.belfasttrust.hscni.netFurther information can be obtained from:Belfast Health and Social Care TrustEstates Department, Musgrave Park Hospital, 20BelfastPostal Code: BT9 7JBUnited KingdomContact point(s): Belfast Health and Social Care TrustFor the attention of: Nigel AndersonE-mail: help@bravosolution.co.ukInternet address: http://e-sourcingni.bravosolution.co.ukSpecifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Belfast Health and Social Care TrustEstates Department, Musgrave Park Hospital, 20BelfastPostal Code: BT9 7JBUnited KingdomContact point(s): Belfast Health and Social Care Trust, Estates Department, Musgrave Park Hospital, 20For the attention of: Nigel AndersonE-mail: help@bravosolution.co.ukInternet address: http://e-sourcingni.bravosolution.co.ukTenders or requests to participate must be sent to:Belfast Health and Social Care TrustEstates Department, Musgrave Park Hospital, 20BelfastPostal Code: BT9 7JBUnited KingdomContact point(s): Belfast Health and Social Care Trust, Estates Department, Musgrave Park Hospital, 20For the attention of: Nigel AndersonE-mail: help@bravosolution.co.ukInternet address: http://e-sourcingni.bravosolution.co.ukI.2) Type of the contracting authorityBody governed by public lawI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:BHSCT Meiko Bedpan Washer Maintenance (including test after repair).II.1.2) Type of contract and location of works, place of delivery or of performanceServicesService category No : Maintenance and repair services1Main site or location of works, place of delivery or of performance:NUTS Code UKN01,NUTS CodeBelfast Northern Ireland.II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)II.1.4) Information on framework agreementEstimated total value of purchases for the entire duration of the framework agreementEstimated value excluding VAT: 0 GBPII.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDetails as described in the Invitation To Tender documentation.II.1.5) Short description of the contract or purchase(s)Provision of Routine Service and Repair (including testing after repair) of Mieko Bed Pan Washers Within the Belfast Health and Social Care Trust.Common Procurement Vocabulary:42924720,II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noThis contract is divided into lots: noII.1.9) Information about variants Variants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The Belfast Health and Social Care Trust is seeking to provide high quality maintenance service for Maintenance and Repair (including testing after repairs) of Meiko Bed Pan Washers.Estimated value excluding VAT: Range: between 750000 GBP and 2000000 GBPII.2.2) Information about optionsOptions: noII.2.3) Information about renewalsII.2.3) Information about renewalsThis contract is subject to renewal: yesNumber of possible renewals: 1In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:in :months 60(from the award of the contract)II.3) Duration of the contract or time limit for completionDuration in months 60(from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:The Belfast Health and Social Care Trust, shall enter into a Contract with each of the appointed Economic Operator. Contract details of shall be included in the Invitation to Tender (ITT) document. The various Contracts shall be governed by the laws of Northern Ireland and any dispute arising out of this procurement will be subject to the exclusive jurisdiction of the Courts of Northern Ireland.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met:Details as described in the Invitation To Tender documentation.III.2.2) Economic and financial abilityEconomic Operators must have a Turnover 300 000 GBP.Minimum level(s) of standards possibly required:Economic Operators must have Public and Employer's Liability Insurance with a value not less than 10 000 000 GBP. Economic Operators who currently have Insurance with a value less than these amounts shall be considered if they provide a statement which confirms that if successful, they will obtain the required values of Insurance prior to official appointment.III.2.3) Technical capacityDetails as described in the Invitation To Tender documentation.III.3) Conditions specific to services contractsExecution of the service is reserved to a particular profession: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaThe 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 document1. Price. Weighting 702. Quality. Weighting 30IV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:BHSCT/C/094/1415 (eSourcingNI No itt_28634)IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participateDate: 12/05/2015 - 16:00IV.3.6) Language(s) in which tenders or requests to participate may be drawn upEnglishIV.3.7) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6(from the date stated for receipt of tender)IV.3.8) Conditions for opening of tendersPersons authorised to be present at the opening of tenders: noSection VI: Complementary informationThis is a recurrent procurement: noVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: noVI.3)Additional informationSuppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.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.VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresRefer to information contained in SectionVI.4.2) Lodging of appealsBelfast Health and Social Care Trust will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).Date of dispatch of this notice:Date: 02/04/2015 ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-Leeds: Health and social work services PUBLISHED ON: 14/04/2015 DOCUMENT NUMBER: 127670-2015 JOURNAL NUMBER: 72 SPECIFICATION DUE: DEADLINE: 08/05/2015 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open 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): 85000000, 85130000 Health and social work services, Dental practice and related services AGENCY: NHS England North (Yorkshire and the Humber) COUNTRY: GB. LANGUAGE: EN Section I: Contracting authorityI.1) Name, addresses and contact point(s)NHS England North (Yorkshire and the Humber)3 Leeds City Office ParkLeedsPostal Code: LS11 5BDUnited KingdomFor the attention of: Tracy MurrayTelephone: +44 1642746917E-mail: necsu.neprocurement@nhs.netInternet address(es):Electronic access to information: https://in-tendhost.co.uk/necsElectronic submission of tenders and requests to participate: https://in-tendhost.co.uk/necsFurther information can be obtained from:North of England Commissioning Support UnitTeesdale House, ThornabyStockton on TeesPostal Code: TS17 6BLUnited KingdomFor the attention of: Tracy MurrayTelephone: +44 1642746917Internet address: http://www.necsu.nhs.ukSpecifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:North of England Commissioning Support UnitTeesdale House, ThornabyStockton on TeesPostal Code: TS17 6BLUnited KingdomFor the attention of: Tracy MurrayTelephone: +44 1642746917Internet address: http://in-tendhost.co.uk/necsTenders or requests to participate must be sent to:North of England Commissioning Support UnitTeesdale House, ThornabyStockton on TeesPostal Code: TS17 6BLUnited KingdomFor the attention of: Tracy MurrayTelephone: +44 1642746917Internet address: http://in-tendhost.co.uk/necsI.2) Type of the contracting authorityBody governed by public lawI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Unscheduled Dental Care.II.1.2) Type of contract and location of works, place of delivery or of performanceServicesService category No : Health and social services25Main site or location of works, place of delivery or of performance:NUTS Code UK,NUTS CodeYorkshire and the Humber.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)NHS England North (Yorkshire and the Humber) wish to commission an Unscheduled Dental Care (UDC) service for West Yorkshire.The aim of the service is to deliver Unscheduled Dental Care Services 7 days a week and 365 days a year (366 days in a leap year). The analysis of data has identified what level of access would be required.The contract will be offered as 1 lot with a presence in Bradford, Calderdale, Kirklees Leeds and Wakefield.The contract will commence 1.10.2015. The contract will be awarded initially for a period of 3 years with an option to extend for an additional year subject to satisfactory review.Further information regarding the financial value can be found within the tender documentation.Common Procurement Vocabulary:85000000,85130000,This contract is divided into lots: noII.1.9) Information about variants Variants will be accepted: noII.2) Quantity or scope of the contract3 year contract with an option to extend for an additional year subject to satisfactory review.This contract is subject to renewal: noII.3) Duration of the contract or time limit for completionDuration in months 36(from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaThe 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 documentIV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:NECS-161IV.3.2) Previous publication(s) concerning the same contractNotice number in the OJEU: 2015/S 56-097610Publication date: 2015.03.20IV.3.4) Time limit for receipt of tenders or requests to participateDate: 08/05/2015 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may be drawn upEnglishSection VI: Complementary informationVI.3)Additional information(MT Ref:152029).VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresNorth of England Commissioning Support Unit (NECS)Teesdale House, Westpoint Road, ThornabyStockton on TeesPostal Code: TS17 6BLUnited KingdomE-mail: necsu.neprocurement@nhs.netVI.4.2) Lodging of appealsThe Contracting Authority will act in accordance with Regulation 32 and Part 9 of the Public Contract Regulations 2006 (SI 2006 no 5) as amended by the Public Contract (Amendment) Regulations 2009 (SI 2009 no 2992). Part 9 of these Regulations provides for appeals to be made to the High Court subject to the time limitations and other required procedural steps. The rules relating to appeal are complex and a dissatisfied tenderer is advised to take their own prompt legal advice.VI.4.3) Service from which information about the lodging of appeals may be obtainedRoyal Courts of Justice the High CourtStrandLondonPostal Code: WC2A 2LLUnited KingdomDate of dispatch of this notice:Date: 09/04/2015 ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-Dorchester: Health and social work services PUBLISHED ON: 14/04/2015 DOCUMENT NUMBER: 127704-2015 JOURNAL NUMBER: 72 SPECIFICATION DUE: 18/05/2015 DEADLINE: 18/05/2015 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: Z - Not specified CRITERIA: 2 - The most economic tender CPV CODE(S): 85000000, 85300000, 85310000, 85312000 Health and social work services, Social work and related services, Social work services, Social work services without accommodation AGENCY: Dorset County Council COUNTRY: GB. LANGUAGE: EN Section I: Contracting authorityI.1) Name, addresses and contact point(s)Dorset County CouncilCounty HallDorchesterPostal Code: DT1 1XJUnited KingdomFor the attention of: Ms Kimberley BennettTelephone: +44 1305221324E-mail: k.bennett@dorsetcc.gov.ukFurther information can be obtained from:Dorset County CouncilCounty HallDorchesterPostal Code: DT1 1XJUnited KingdomFor the attention of: Ms Kimberley BennettTelephone: +44 1305221324E-mail: k.bennett@dorsetcc.gov.ukSpecifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Dorset County CouncilCounty HallDorchesterPostal Code: DT1 1XJUnited KingdomFor the attention of: Ms Kimberley BennettTelephone: +44 1305221324E-mail: k.bennett@dorsetcc.gov.ukTenders or requests to participate must be sent to:Dorset County CouncilCounty HallDorchesterPostal Code: DT1 1XJUnited KingdomFor the attention of: Ms Kimberley BennettTelephone: +44 1305221324E-mail: k.bennett@dorsetcc.gov.ukI.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral Public ServicesI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yesBournemouth Borough CouncilTown Hall, Bourne AvenueBournemouthPostal Code: BH2 6DYUnited KingdomPoole Borough CouncilBorough of Poole, Civic CentrePoolePostal Code: BH15 2RUUnited KingdomSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Contract for the provision of a service for Independent Mental Capacity Advocacy, Deprivation of Liberties Safeguards Representatives & Litigation Friends and Advocacy Safeguarding duties under the Care Act 2014.II.1.2) Type of contract and location of works, place of delivery or of performanceServicesService category No : Health and social services25Main site or location of works, place of delivery or of performance:NUTS Code UKK22, UKK21,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)Dorset County Council, Bournemouth Borough Council and the Borough of Poole (the Purchasers) will work in partnership with the Provider to operate an Independent Mental Capacity Advocate Service (IMCA) in accordance with the requirements of the Mental Capacity Act (2005), the Mental Capacity Act (Independent Mental Capacity Advocates) (General) regulations 2006 and the Department of Health Code Of Practice.The Purchasers named above will also work in partnership with NHS Dorset and NHS Bournemouth & Poole and the Provider to operate a Deprivation of Liberty Safeguards Paid Representative Service (DOLS) in accordance with the extended requirements of the Mental Capacity Act 2005 and the additional roles of the Independent Mental Capacity Advocate (IMCA) under Section 39.The purchasers will also act in compliance with the Care Act 2014 Section 68 to provide advocacy to people in relation to safeguarding processes where that person has substantial difficulty in being fully involved in the process and does not have anyone to support them through the safeguard process. Furthermore, in accordance with the Care Act there may occasions where the purchaser deems it necessary to appoint an Independent Advocate throughout the safeguarding process even if they have someone who elects to act on their behalf.The contract is to commence on 1.10.2015 and expire on 30.9.2018 (3 years). There is an option to extend for a further period of up to 2 years. Any extension will be dependent upon the continued availability of funding and performance of the Provider during the contract period.Common Procurement Vocabulary:85000000,85300000,85310000,85312000,II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.9) Information about variants Variants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The contract is to commence on 1.10.2015 and expire on 30.9.2018 (3 years). There is an option to extend for a further period of up to 2 years. Any extension will be dependent upon the continued availability of funding and performance of the Provider during the contract period.II.2.2) Information about optionsOptions: noII.2.3) Information about renewalsII.2.3) Information about renewalsThis contract is subject to renewal: yesNumber of possible renewals: 2In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:in :months 24(from the award of the contract)II.3) Duration of the contract or time limit for completionStarting 1.10.2015Completion 30.9.2020Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.3) Conditions specific to services contractsExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.1.2) Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 0IV.1.3) Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated noIV.2) Award criteriaIV.2.1) Award criteriaThe 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 documentIV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.3) Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 18.05.2015 - 11:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participateDate: 18/05/2015 - 11:00IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidatesDate: 6/4/2015IV.3.6) Language(s) in which tenders or requests to participate may be drawn upEnglishIV.3.8) Conditions for opening of tendersDate: 18/5/2015 - 12:00Persons authorised to be present at the opening of tenders: noSection VI: Complementary informationThis is a recurrent procurement: noVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: noVI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresDorset County CouncilCounty Hall, Colliton ParkDorchesterPostal Code: DT1 1XJUnited KingdomTelephone: +44 1305221000Body responsible for mediation proceduresDorset County CouncilCounty Hall, Colliton ParkDorchesterPostal Code: DT1 1XJUnited KingdomTelephone: +44 1305221000VI.4.2) Lodging of appeals26.6.2015.VI.4.3) Service from which information about the lodging of appeals may be obtainedDorset County CouncilCounty Hall, Colliton ParkDorchesterPostal Code: DT1 1XJUnited KingdomTelephone: +44 1305221000Date of dispatch of this notice:Date: 09/04/2015 ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> TITLE: United Kingdom-London: Health services PUBLISHED ON: 14/04/2015 DOCUMENT NUMBER: 127748-2015 JOURNAL NUMBER: 72 SPECIFICATION DUE: DEADLINE: 14/05/2015 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: 8 - Other TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 85100000, 85140000, 85000000 Health services, Miscellaneous health services, Health and social work services AGENCY: Healthcare Quality Improvement Partnership COUNTRY: GB. LANGUAGE: EN Section I: Contracting authorityI.1) Name, addresses and contact point(s)Healthcare Quality Improvement Partnership6th Floor, Tenter House, 45 MoorfieldsLondonPostal Code: EC2Y 9AEUnited KingdomFor the attention of: Nicholas HolmesE-mail: procurement1@hqip.org.ukInternet address(es):General address of the contracting authority: http://www.hqip.org.ukAddress of the buyer profile: http://www.hqip.org.uk/procurement/Electronic access to information: http://www.hqip.org.uk/procurement/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)Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Tenders or requests to participate must be sent to:I.3) Main activityHealthOtherCharitable organisation commissioning on behalf of NHS EnglandI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yesWelsh GovernmentMajor Health Conditions Policy Team, Healthcare Policy Division, Directorate of Health Policy, Department for Health and Social Services, Cathays ParkCardiffPostal Code: CF10 3NQUnited KingdomScottish GovernmentSt. Andrew's House, Regent RoadEdinburghPostal Code: EH1 3DGUnited KingdomSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:HQIP NCA 170 National Maternity and Perinatal Clinical Audit.II.1.2) Type of contract and location of works, place of delivery or of performanceServicesService category No : Health and social services25Main site or location of works, place of delivery or of performance:NUTS Code UKI, UK,II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)II.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesAs per acceptance of HQIP Standard Terms and Conditions of Contract supplied with the PQQ and ITT packs.II.1.5) Short description of the contract or purchase(s)The overarching aim of this audit programme is:To improve the quality of services and the outcomes achieved for mothers and newborns cared for by hospital maternity services in England, Wales and Scotland.This aim will be achieved through a project with the following objectives:1. To engage patients, those that deliver care and those that commission and regulate care in defining the audit measures most likely to support both quality assurance and quality improvement of maternity services.2. To enable improvements through the provision of timely, high quality data that compares providers of healthcare to at least the level of named maternity service.3. To consider how data captured in the MCDS ,other data collected in MIS and other sources of data in NHS Wales and Scotland, could be used to support these audit measures. This is both for the purposes of minimising local burden of data entry and so that the audit itself supports the establishment of data flow in the MCDS and NHS Wales and Scottish systems.4. NHS England has recently announced a Maternity review: http://www.england.nhs.uk/2015/03/03/maternity-care/It is anticipated that over time this may provide a valuable source of intelligence when shaping the scope of this audit, and in particular when selecting topics for topic-specific, time-limited audits.5. To achieve and maintain close alignment with relevant NICE and SIGN national guidelines and quality standards throughout the audit, as appropriate.6. To include risk adjustment as appropriate, in order to support meaningful comparisons.7. To develop the reporting schedules and feedback mechanisms for the audit to support the local use of data, minimising the reporting delay, and providing continual access to each unit for their own data. The use of dashboard-style outputs and other reporting styles should be explored. Consider the needs of the full range of audiences who may contribute to improving patient outcomes.8. To develop an appropriate topic selection process for the time-limited audits to consider both need and potential benefit of auditing in that area.Aims of this National Clinical Audit:The successful tenderer will provide a national comparative clinical audit of the quality and outcomes of NHS-funded maternity and perinatal care delivered to women and infants by maternity services in England, Wales and Scotland.The audit will comprise: Element 1: A continuous prospective clinical audit comprising a number of key processes and outcomes as indicators of high quality delivery of care by maternity services. Element 2: Periodic, time-limited, topic-specific prospective audits achieved by temporary expansion of the audit dataset.Suitable providers will need to be able to demonstrate: Effective and fully-integrated clinical leadership. The ability to engage actively with all relevant professional disciplines. Robust project management skills. Methodological expertise and experience, data collection, data cleaning and analysis and information security/management skills, including understanding / experience of patient-level data linkage. Sound knowledge of information governance and procedures for gaining permissions for data processing. Capacity and experience to successfully deliver the above requirement(s). Sound economic and financial standing assessed by evidence of professional indemnity insurance, audited accounts covering at least three previous financial years, a statement of turnover, profit & loss account and cash flow for the most recent year of trading, a statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position.Common Procurement Vocabulary:85100000,85140000,85000000,II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesThis contract is divided into lots: noII.1.9) Information about variants Variants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The contract value for the full 5 year term, which includes a possible 2 year extension, is between 1 980 000 GBP and 3 300 000 GBP excluding VAT. However, the contract is being offered for 3 years initially with a maximum budget of 1 980 000 GBP excluding VAT available and bids exceeding this limit may be rejected.Possible extension of initial contract by up to 24 months.II.2.3) Information about renewalsII.2.3) Information about renewalsThis contract is subject to renewal: yesNumber of possible renewals: 2II.3) Duration of the contract or time limit for completionDuration in months 36(from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:As per the ITT.III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:As per the PQQ and ITT.III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:As per the PQQ and ITT.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met:As per the PQQ and ITT.III.2.2) Economic and financial abilityAs per the PQQ and ITT.III.2.3) Technical capacityAs per the PQQ and ITT.III.3) Conditions specific to services contractsExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 2: and maximum number 5Up to 5 of the highest scoring prospective suppliers at PQQ stage, who score more than 50 % of the available marks and meet all of the mandatory requirements.IV.2) Award criteriaIV.2.1) Award criteriaThe 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 documentIV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:HQIP NCA 170 National Maternity and Perinatal Clinical AuditIV.3.2) Previous publication(s) concerning the same contractnoIV.3.4) Time limit for receipt of tenders or requests to participateDate: 14/05/2015 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidatesDate: 01/06/2015IV.3.6) Language(s) in which tenders or requests to participate may be drawn upEnglishSection VI: Complementary informationThis is a recurrent procurement: noVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: noVI.3)Additional informationProcurement documents (including the PQQ and the ITT) will be made available from Monday 13.4.2015.This contract opportunity is being offered under the Public Contracts Regulations 2015.VI.4) Procedures for appealVI.4.2) Lodging of appealsAs per Public Contracts Regulations 2015.Date of dispatch of this notice:Date: 09/04/2015 ORIGINAL LANGUAGE: TED (C) European Communities 2015. OJEU Finder. Contact HYPERLINK "mailto:reception@ojeu.com" reception@ojeu.com HYPERLINK "" \l "BMIndex" >> Back to top >> 5 : K L N ^ _ ` A G H I m n - 4 8 9 : < L M N hZ+ 0J CJ OJ QJ aJ "j hZ+ CJ OJ QJ UaJ * j hZ+ CJ OJ QJ UaJ hZ+ 0J CJ OJ QJ aJ hZ+ 0J CJ OJ QJ aJ hZ+ hZ+ CJ OJ QJ aJ @ & 5 ! ! k; m; J J [\ ]\ d d # % x z A C ed? edk=x ed!n; ed$x0 edi*G edlx* ed_6 edC