ojeu finder: report on contract leads . · web viewojeu finder index / links tip: in a supporting...

430
Report Dated: 03-09-2013 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: Refuse and waste related services Document Number: 160/279499-2013 Deadline: Type Of Document: 0 - Prior Information Notice (Forecast) Awarding Authority: EASTERN SHIRES PURCHASING ORGANISATION (SEE WWW.ESPO.ORG) CPV: 90500000, 90514000, 77120000 ; Refuse and waste related services, Refuse recycling services, Composting services Title: Security services Document Number: 160/279509-2013 Deadline: Type Of Document: 0 - Prior Information Notice (Forecast) Awarding Authority: HOME OFFICE CPV: 79710000, 55500000, 60000000, 79713000, 79993000, 80000000, 90911100, 92000000, 98341000 ; Security services, Canteen and catering services, Transport services (excl. Waste transport), Guard services, Building and facilities management services, Education and training services, Accommodation cleaning services, Recreational, cultural and sporting services, Accommodation services Title: Health and social work services Document Number: 160/279514-2013 Deadline: Type Of Document: 0 - Prior Information Notice (Forecast) Awarding Authority: NORFOLK COUNTY COUNCIL CPV: 85000000 ; Health and social work services Title: Bovine cattle Document Number: 163/284194-2013 Deadline:

Upload: doannhan

Post on 12-Jun-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Report Dated: 03-09-2013

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: Refuse and waste related services Document Number: 160/279499-2013Deadline: Type Of Document: 0 - Prior Information Notice (Forecast)Awarding Authority: EASTERN SHIRES PURCHASING ORGANISATION (SEE WWW.ESPO.ORG)CPV: 90500000, 90514000, 77120000 ; Refuse and waste related services, Refuse recycling services, Composting services

Title: Security services Document Number: 160/279509-2013Deadline: Type Of Document: 0 - Prior Information Notice (Forecast)Awarding Authority: HOME OFFICECPV: 79710000, 55500000, 60000000, 79713000, 79993000, 80000000, 90911100, 92000000, 98341000 ; Security services, Canteen and catering services, Transport services (excl. Waste transport), Guard services, Building and facilities management services, Education and training services, Accommodation cleaning services, Recreational, cultural and sporting services, Accommodation services

Title: Health and social work services Document Number: 160/279514-2013Deadline: Type Of Document: 0 - Prior Information Notice (Forecast)Awarding Authority: NORFOLK COUNTY COUNCILCPV: 85000000 ; Health and social work services

Title: Bovine cattle Document Number: 163/284194-2013Deadline: Type Of Document: 0 - Prior Information Notice (Forecast)Awarding Authority: DEPARTMENT FOR ENVIRONMENT FOOD AND RURAL AFFAIRS 'DEFRA'CPV: 03321100 ; Bovine cattle

Title: Services furnished by specialist organisations Document Number: 164/285702-2013Deadline: Type Of Document: 0 - Prior Information Notice (Forecast)

Awarding Authority: DEPARTMENT OF HEALTHCPV: 98113000, 98111000, 98112000, 73110000, 73300000, 73210000, 73000000, 73220000, 73100000, 75100000, 75112000, 79420000, 79212110, 79411000, 79421000, 79400000, 79900000, 79994000, 85140000, 85141000, 85148000, 79500000, 79200000, 79630000 ; Services furnished by specialist organisations, Services furnished by business organisations, Services furnished by professional organisations, Research services, Design and execution of research and development, Research consultancy services, Research and development services and related consultancy services, Development consultancy services, Research and experimental development services, Administration services, Administrative services for business operations, Management-related services, Corporate governance rating services, General management consultancy services, Project-management services other than for construction work, Business and management consultancy and related services, Miscellaneous business and business-related services, Contract administration services, Miscellaneous health services, Services provided by medical personnel, Medical analysis services, Office-support services, Accounting, auditing and fiscal services, Personnel services except placement and supply services

Title: Beds for medical use Document Number: 160/279488-2013Deadline: Type Of Document: 2 - Additional information (IC = AA changes and cancellations)Awarding Authority: WALSALL HEALTHCARE NHS TRUSTCPV: 33192100, 33192120, 85112100, 33192130, 33192110 ; Beds for medical use, Hospital beds, Hospital-bedding services, Motorised beds, Orthopaedic beds

Title: Clinical-waste collection services Document Number: 164/285679-2013Deadline: Type Of Document: 2 - Additional information (IC = AA changes and cancellations)Awarding Authority: SHEFFIELD TEACHING HOSPITALS NHS FOUNDATION TRUSTCPV: 90524100, 90524200, 90524400 ; Clinical-waste collection services, Clinical-waste disposal services, Collection, transport and disposal of hospital waste

Title: Financial information systems Document Number: 164/285692-2013Deadline: Type Of Document: 2 - Additional information (IC = AA changes and cancellations)Awarding Authority: THE IPSWICH HOSPITAL NHS TRUSTCPV: 48812000 ; Financial information systems

Title: Pre-school education services Document Number: 160/279539-2013Deadline: 16/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: WEST LONDON MENTAL HEALTH NHS TRUSTCPV: 80110000, 45214100, 45210000, 45300000, 71220000, 71240000, 50000000, 71500000, 85312110 ; Pre-school education services, Construction work for kindergarten

buildings, Building construction work, Building installation work, Architectural design services, Architectural, engineering and planning services, Repair and maintenance services, Construction-related services, Child daycare services

Title: Software package and information systems Document Number: 160/279542-2013Deadline: 13/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: NHS EDUCATION FOR SCOTLANDCPV: 48000000 ; Software package and information systems

Title: Archiving services Document Number: 160/279564-2013Deadline: 16/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: COUNTY DURHAM PROCUREMENT CONSORTIUMCPV: 79995100 ; Archiving services

Title: Software package and information systems Document Number: 160/279585-2013Deadline: 20/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: GLOUCESTERSHIRE HOSPITALS NHS FOUNDATION TRUSTCPV: 48000000, 48180000, 48311000, 48314000, 48810000, 48814000, 48814200, 48814400, 72000000, 72212180, 72224100, 72250000, 72260000, 72261000, 72263000, 72266000, 72610000 ; Software package and information systems, Medical software package, Document management software package, Voice recognition software package, Information systems, Medical information systems, Patient-administration system, Clinical information system, IT services: consulting, software development, Internet and support, Medical software development services, System implementation planning services, System and support services, Software-related services, Software support services, Software implementation services, Software consultancy services, Computer support services

Title: Electronic data management (EDM) Document Number: 160/279596-2013Deadline: 23/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: BLACKPOOL TEACHING HOSPITALS NHS FOUNDATION TRUSTCPV: 48613000, 72310000, 79999100, 48329000, 48311100, 48318000 ; Electronic data management (EDM), Data-processing services, Scanning services, Imaging and archiving system, Document management system, Scanner software package

Title: Recruitment services Document Number: 160/279601-2013Deadline: 13/09/2013Type Of Document: 3 - Invitation to tender

Awarding Authority: OXFORD HEALTH NHS FOUNDATION TRUSTCPV: 79600000 ; Recruitment services

Title: Business services: law, marketing, consulting, recruitment, printing and security Document Number: 160/279745-2013Deadline: 17/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: COUNTY DURHAM PROCUREMENT CONSORTIUM ON BEHALF OF COUNTY DURHAM AND DARLINGTON NHS FOUNDATION TRUSTCPV: 79000000 ; Business services: law, marketing, consulting, recruitment, printing and, security

Title: Taxi services Document Number: 160/279757-2013Deadline: 16/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: NHS WALES PROCUREMENT SERVICESCPV: 60120000 ; Taxi services

Title: Enteral feeds Document Number: 160/279775-2013Deadline: 02/10/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: NHS SHARED BUSINESS SERVICES LTD (NHS SBS)CPV: 33692300, 33140000, 42122411, 85312200 ; Enteral feeds, Medical consumables, Nutritional pumps, Homedelivery of provisions

Title: Horticultural services Document Number: 160/279793-2013Deadline: 04/10/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: EAST OF ENGLAND AMBULANCE SERVICE NHS TRUSTCPV: 77300000 ; Horticultural services

Title: Accounting, auditing and fiscal services Document Number: 161/281154-2013Deadline: 11/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: MOJ PROCUREMENTCPV: 79200000, 66170000, 79400000 ; Accounting, auditing and fiscal services, Financial consultancy, financial transaction processing and clearing-house, services, Business and management consultancy and related services

Title: Real estate services Document Number: 161/281162-2013

Deadline: 30/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: SCOTTISH ENTERPRISECPV: 70000000, 70332200, 70332000, 70330000 ; Real estate services, Commercial property management services, Non-residential property services, Property management services of real estate on a fee or contract basis

Title: Health and social work services Document Number: 161/281182-2013Deadline: 19/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: NHS STAFFORDSHIRE AND LANCASHIRE COMMISSIONING SUPPORT UNITCPV: 85000000 ; Health and social work services

Title: Repair, maintenance and associated services of vehicles and related equipment Document Number: 161/281206-2013Deadline: 18/10/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: PROCUREMENT AND LOGISTICS SERVICE ON BEHALF OF THE BELFAST AND SOUTH EASTERN HEALTH AND SOCIAL CARE TRUSTS AND NORTHERN IRELAND BLOOD TRANSFUSION SERVICECPV: 50100000 ; Repair, maintenance and associated services of vehicles and related, equipment

Title: Asbestos-removal work Document Number: 161/281207-2013Deadline: 27/08/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: BIRMINGHAM CHILDREN'S HOSPITAL NHS FOUNDATION TRUSTCPV: 45262660, 90650000 ; Asbestos-removal work, Asbestos removal services

Title: Paging services Document Number: 161/281258-2013Deadline: 01/10/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: MID ESSEX HOSPITAL SERVICES NHS TRUSTCPV: 64223000 ; Paging services

Title: Homedelivery of provisions Document Number: 161/281277-2013Deadline: 20/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: BRISTOL AND WESTON NHS PURCHASING CONSORTIUMCPV: 85312200, 33000000, 33600000, 33690000, 33697000, 85141210, 85149000 ; Homedelivery of provisions, Medical equipments, pharmaceuticals and personal care

products, Pharmaceutical products, Various medicinal products, Medical preparations excluding dental consumables, Home medical treatment services, Pharmacy services

Title: Sewage, refuse, cleaning and environmental services Document Number: 161/281328-2013Deadline: 25/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: UNITED LINCOLNSHIRE HOSPITALSCPV: 90000000, 90600000, 90730000, 90733000 ; Sewage, refuse, cleaning and environmental services, Cleaning and sanitation services in urban or rural areas, and related, services, Pollution tracking and monitoring and rehabilitation, Services related to water pollution

Title: Medical equipments, pharmaceuticals and personal care products Document Number: 161/281361-2013Deadline: 18/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: YORK TEACHING HOSPITAL NHS FOUNDATION TRUSTCPV: 33000000 ; Medical equipments, pharmaceuticals and personal care products

Title: Post and courier services Document Number: 161/281383-2013Deadline: 13/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: AINTREE UNIVERSITY HOSPITAL NHS FOUNDATION TRUSTCPV: 64100000, 64120000, 64121000 ; Post and courier services, Courier services, Multi-modal courier services

Title: Public road transport services Document Number: 162/282753-2013 Part 1 of 5Deadline: 04/10/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: YORKSHIRE AMBULANCE SERVICE NHS TRUSTCPV: 60112000 ; Public road transport services

Title: Public road transport services Document Number: 162/282753-2013 Part 2 of 5Deadline: 04/10/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: YORKSHIRE AMBULANCE SERVICE NHS TRUSTCPV: 60112000 ; Public road transport services

Title: Public road transport services Document Number: 162/282753-2013 Part 3 of 5Deadline: 04/10/2013

Type Of Document: 3 - Invitation to tenderAwarding Authority: YORKSHIRE AMBULANCE SERVICE NHS TRUSTCPV: 60112000 ; Public road transport services

Title: Public road transport services Document Number: 162/282753-2013 Part 4 of 5Deadline: 04/10/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: YORKSHIRE AMBULANCE SERVICE NHS TRUSTCPV: 60112000 ; Public road transport services

Title: Health and social work services Document Number: 162/282754-2013Deadline: 09/10/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: GREATER EAST MIDLANDS COMMISSIONING SUPPORT UNITCPV: 85000000 ; Health and social work services

Title: System quality assurance assessment and review services Document Number: 162/282825-2013Deadline: 04/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: UNIVERSITY HOSPITAL OF SOUTH MANCHESTER NHS FOUNDATION TRUSTCPV: 72225000, 75131100 ; System quality assurance assessment and review services, General personnel services for the government

Title: Health services Document Number: 162/282849-2013Deadline: 20/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: NHS NORTH OF ENGLAND COMMISSIONING SUPPORT UNITCPV: 85100000 ; Health services

Title: Medical information systems Document Number: 163/284252-2013Deadline: 19/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: NHS CENTRAL MIDLANDS CSUCPV: 48814000 ; Medical information systems

Title: Evaluation consultancy services Document Number: 163/284263-2013Deadline: 23/09/2013Type Of Document: 3 - Invitation to tender

Awarding Authority: UNIVERSITY HOSPITAL OF SOUTH MANCHESTER NHS FOUNDATION TRUSTCPV: 79419000, 73000000 ; Evaluation consultancy services, Research and development services and related consultancy services

Title: Transport equipment and auxiliary products to transportation Document Number: 163/284342-2013Deadline: 18/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: NHS CECSUCPV: 34000000 ; Transport equipment and auxiliary products to transportation

Title: Architectural, construction, engineering and inspection services Document Number: 164/285732-2013Deadline: 30/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: ENVIRONMENT AGENCYCPV: 71000000 ; Architectural, construction, engineering and inspection services

Title: Banking and investment services Document Number: 164/285736-2013Deadline: 24/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: THE MINISTER OF THE CABINET OFFICE ACTING THROUGH THE GOVERNMENT PROCUREMENT SERVICE.CPV: 66100000, 66110000 ; Banking and investment services, Banking services

Title: Installation services of special-purpose machinery and equipment Document Number: 164/285792-2013Deadline: 30/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: SOUTH GLOUCESTERSHIRE COUNCILCPV: 51540000, 51000000, 50800000, 85140000, 85000000, 85300000, 44115600, 42416300, 33192600 ; Installation services of special-purpose machinery and equipment, Installation services (except software), Miscellaneous repair and maintenance services, Miscellaneous health services, Health and social work services, Social work and related services, Stairlifts, Hoists, Lifting equipment for health care sector

Title: Architectural and related services Document Number: 164/285832-2013 Part 1 of 2Deadline: 23/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: CHESTERFIELD ROYAL HOSPITAL NHS FOUNDATION TRUSTCPV: 71200000, 71000000, 71541000, 71220000, 71324000, 71312000, 71334000, 71322000 ; Architectural and related services, Architectural, construction, engineering and inspection services, Construction project management services, Architectural design

services, Quantity surveying services, Structural engineering consultancy services, Mechanical and electrical engineering services, Engineering design services for the construction of civil engineering, works

Title: Architectural and related services Document Number: 164/285832-2013 Part 2 of 2Deadline: 23/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: CHESTERFIELD ROYAL HOSPITAL NHS FOUNDATION TRUSTCPV: 71200000, 71000000, 71541000, 71220000, 71324000, 71312000, 71334000, 71322000 ; Architectural and related services, Architectural, construction, engineering and inspection services, Construction project management services, Architectural design services, Quantity surveying services, Structural engineering consultancy services, Mechanical and electrical engineering services, Engineering design services for the construction of civil engineering, works

Title: Sewage, refuse, cleaning and environmental services Document Number: 164/285859-2013Deadline: 23/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: LEEDS TEACHING HOSPITALSCPV: 90000000 ; Sewage, refuse, cleaning and environmental services

Title: Repair and maintenance services of boilers Document Number: 164/285872-2013Deadline: 07/10/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: SHEFFIELD TEACHING HOSPITALS NHS FOUNDATION TRUSTCPV: 50531100, 44621200, 42160000, 42162000, 42164000 ; Repair and maintenance services of boilers, Boilers, Boiler installations, Steam-generating boilers, Auxiliary plant for use with boilers

Title: Optician services Document Number: 164/285880-2013Deadline: 23/09/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: NHS CENTRAL MIDLANDS COMMISSIONING SUPPORT UNITCPV: 85160000 ; Optician services

Title: Public road transport services Document Number: 162/282753-2013 Part 5 of 5Deadline: 04/10/2013Type Of Document: 3 - Invitation to tenderAwarding Authority: YORKSHIRE AMBULANCE SERVICE NHS TRUSTCPV: 60112000 ; Public road transport services

Title: Community health services Document Number: 161/281642-2013Deadline: Type Of Document: V - Voluntary ex ante transparency noticeAwarding Authority: LEEDS CITY COUNCILCPV: 85323000 ; Community health services

TITLE: Refuse and waste related services PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279499-2013 JOURNAL NUMBER: 160 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: 3 - Regional or local authority TYPE OF BID: 9 - Not applicable CRITERIA: 9 - Not applicable CPV CODE(S): 90500000, 90514000, 77120000 Refuse and waste related services, Refuse recycling services, Composting services AGENCY: EASTERN SHIRES PURCHASING ORGANISATION (SEE WWW.ESPO.ORG) COUNTRY: GB. LANGUAGE: EN

Prior information noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Eastern Shires Purchasing Organisation (see www.espo.org)Barnsdale Way, Grove Park, EnderbyContact point(s): [email protected] 1ES LeicesterUNITED KINGDOMTelephone: +44 1162657926E-mail: [email protected]: +44 1162944399Internet address(es):General address of the contracting authority: www.espo.orgFurther information can be obtained from: The above mentioned contactpoint(s)I.2) Type of the contracting authorityRegional or local authorityI.3) Main activityOther: Local Authority ServicesI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesOrganisations stated in Section II.3Further information contact ESPO, Barnsdale Way, Grove Park, EnderbyLE19 1ES LeicesterUNITED KINGDOMSection II.B: Object of the contract (Supplies or services)II.1) Title attributed to the contract by the contracting authority:

Non-domestic Community Waste and Recycling Collection and DisposalServices - 379/13II.2) Type of contract and place of delivery or of performanceService category No 16: Sewage and refuse disposal services; sanitationand similar servicesNUTS code UKII.4) Short description of nature and quantity or value of supplies orservices:The framework is for provision of waste and recycling collection anddisposal services, including food waste and library book recyclingservices. ESPO wish to establish, by means of a competitive tenderexercise, a national framework for the provision of various waste andrecycling collection and disposal services (from non-domestic communityestablishments). The framework will comprise of five service lots aslisted below in order that a comprehensive waste and recycling collectionservice be provided.Lot No: 1 General waste serviceLot No: 2 Source separated recycling servicesLot No: 3 Comingled recycling servicesLot No: 4 Food waste servicesLot No: 5 Library book recycling servicesFull details on those Lots will be provided in the Invitation to Tender.The market may be familiar with the existing contract referenced as 379/09Non-Domestic Residential Waste and Recycling Collection and DisposalServices. This framework 379/13 Non-Domestic Community Collection andDisposal Services will replace this.Whilst initially for use by local authorities served by ESPO (seewww.espo.org for further details), being a Central Purchasing Body asdefined by the EU Combined Procurement Directive 2004/18/EC, the FrameworkAgreement may also be open for use by the following classifications ofuser throughout all administrative regions of the UK: Local AuthorityCouncils; Educational Establishments (including Academies); Police, Fire &Rescue and Coastguard Emergency Services; NHS and HSC Bodies, includingAmbulance Services; Registered Charities; Registered Social Landlords.Full details of the classification of end user establishments andgeographical areas is available on:http://www.espo.org/about-us/ojeu-permissible-users.aspxAn eAuction process may be used to award subsequent call off contractsfollowing the reopening of competition among the parties to the FrameworkAgreement.In order to express an interest in tendering, please email your requestto: [email protected] quoting ESPO reference number 379/13.Estimated cost excluding VAT:Range: between 1 500 000 and 10 000 000 GBPLotsThis contract is divided into lots: yesII.5) Common procurement vocabulary (CPV)90500000, 90514000, 77120000II.6) Scheduled date for start of award procedures30.8.2013II.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yesInformation about lotsTitle attributed to the contract by the contracting authority:Lot No: 1Lot title: Non-domestic Community Waste and Recycling Collection andDisposal Services1) Short description:The framework is for provision of waste and recycling collection anddisposal services, including food waste and library book recyclingservices. ESPO wish to establish, by means of a competitive tenderexercise, a national framework for the provision of various waste andrecycling collection and disposal services (from non-domestic communityestablishments). The framework will comprise of five service lots aslisted below in order that a comprehensive waste and recycling collectionservice be provided. Full details on Lots will be provided in theinvitation to tender.2) Common procurement vocabulary (CPV)90500000, 90514000, 771200005) Additional information about lots:Full details on Lots will be provided in the invitation to tender.Section III: Legal, economic, financial and technical informationSection VI: Complementary informationVI.2) Additional information:The contracting authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SMEs). However,any selection of tenderers will be based solely on the criteria set outfor the procurement, and the contract will be awarded on the basis of themost economically advantageous tender.In order to express an interest in tendering, please email your requestto: [email protected] quoting ESPO reference number 379/13To view this notice, please click here:https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=70612840GO Reference: GO-2013814-PRO-5037496VI.4) Date of dispatch of this notice:14.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Security services PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279509-2013 JOURNAL NUMBER: 160 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 0 - Prior Information Notice (Forecast) NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 9 - Not applicable REGULATION: Z - Not specified AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority TYPE OF BID: 9 - Not applicable CRITERIA: 9 - Not applicable CPV CODE(S): 79710000, 55500000, 60000000, 79713000, 79993000, 80000000, 90911100, 92000000, 98341000 Security services, Canteen and catering services, Transport services (excl. Waste transport), Guard services, Building and facilities management services, Education and training services, Accommodation cleaning services, Recreational, cultural and sporting services, Accommodation services AGENCY: HOME OFFICE COUNTRY: GB. LANGUAGE: EN

Prior information noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Home Office7th Floor, Lunar House, 40 Wellesley RoadContact point(s): YW IRC Project TeamFor the attention of: Claudia YoungCR9 2BY CroydonUNITED KINGDOMTelephone: +44 2081963690E-mail: [email protected] information can be obtained from: The above mentioned contactpoint(s)I.2) Type of the contracting authorityMinistry or any other national or federal authority, including theirregional or local sub-divisionsI.3) Main activityPublic order and safetyI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II.B: Object of the contract (Supplies or services)II.1) Title attributed to the contract by the contracting authority:Contract for the provision of operation, management and maintenance

services at Yarl's Wood Immigration Removal Centre.II.2) Type of contract and place of delivery or of performanceService category No 27: Other servicesYarl's Wood Immigration Removal Centre, Twinwoods Road, Clapham, Bedford,MK41 6BLNUTS code UKII.4) Short description of nature and quantity or value of supplies orservices:The Home Office is responsible, under the Immigration Act 1971 and theImmigration and Asylum Act 1999, for detaining and/or enforcing theremoval of certain persons (Detainees), being persons detained under the1971 Act and assigned by the Authority to the Immigration Removal Centrefrom the United Kingdom.The Immigration Enforcement Directorate of Home Office is responsible forthe provision of bed space, escorting services and electronic monitoring.At any one time, approximately 3,400 Detainees are held overnight in oneof ten Immigration Removal Centres, two residential Short Term HoldingFacilities, a pre-departure accommodation, prisons and police stationsacross the United Kingdom. In addition, persons can be detained forshorter periods of time in Short Term Holding Centres at ReportingCentres, land and sea ports, including overseas at the juxtaposed controlsin Calais and Coquelles.Yarl's Wood Immigration Removal centre is situated on the outskirts ofClapham, Bedfordshire and has become the main centre for detention ofwomen and families, though the detainee profile may change from time totime to meet the needs of the Authority.The Immigration Enforcement Directorate is seeking commercial partners toprovide a range of services related to the provision of Operation,Management and Maintenance Services in relation to Yarl's Wood ImmigrationRemoval. These services include (but are not limited to):— Overall management of the service/ facility including the HearingCentre,— Security & Guarding services,— Religious facilities,— Medical facilities,— Educational, Recreational & Sporting facilities,— Maintenance services,— Provision of furniture and equipment,— Hard & soft landscaping services,— Catering & Shop services,— Cleaning internal & external,— Escorting Services,— Detainee Paid Work Scheme.LotsThis contract is divided into lots: noII.5) Common procurement vocabulary (CPV)79710000, 55500000, 60000000, 79713000, 79993000, 80000000, 90911100,92000000, 98341000II.8) Additional information:Suppliers are invited to express an interest in the provision of servicesby e-mailing the project at the address given at section I.1. of this

notice. Further information regarding the project will be provided to allinterested parties. It should also be noted that the Project intends tofacilitate a Supplier Open Day, currently planned for November 2013. TheAuthority will facilitate the communication of an organisations details toother prospective bidders, for suppliers, who may not wish to bid in theirown right but are interested in collaborating in either a joint venture orin a sub-contracting capacity with other prospective bidders.Section III: Legal, economic, financial and technical informationSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.4) Date of dispatch of this notice:14.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Health and social work services PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279514-2013 JOURNAL NUMBER: 160 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 0 - Prior Information Notice (Forecast) NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 9 - Not applicable REGULATION: Z - Not specified AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 9 - Not applicable CRITERIA: 9 - Not applicable CPV CODE(S): 85000000 Health and social work services AGENCY: NORFOLK COUNTY COUNCIL COUNTRY: GB. LANGUAGE: EN

Prior information noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Norfolk County CouncilRoom 701, County Hall, Martineau LaneFor the attention of: Helen MansonNR1 2DH NorwichUNITED KINGDOMTelephone: +44 1603638325E-mail: [email protected] address(es):General address of the contracting authority: www.norfolk.gov.ukFurther information can be obtained from: The above mentioned contactpoint(s)I.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 contractingauthorities: noSection II.B: Object of the contract (Supplies or services)II.1) Title attributed to the contract by the contracting authority:NCCT40468 Independent NHS Complaints Advocacy Service (ICAS).II.2) Type of contract and place of delivery or of performanceService category No 25: Health and social servicesNorfolkNUTS code UKH13

II.3) Information on framework agreementThe notice involves the establishment of a framework agreement: noII.4) Short description of nature and quantity or value of supplies orservices:The Health and Social Care Act (2012) transfers the duty to commission anIndependent NHS Complaints Advocacy Service (ICAS) from the Department ofHealth to Local Authorities.Norfolk County Council (NCC) seeks to commission a flexible, patientcentred service to resolve complaints relating to the provision of NHSServices in Norfolk.The service shall include, but not be limited to:— empowering patients to handle their own complaints— make appropriate use of local networks for information, advice andadvocacy— focus on empowering and assisting patients to go through the NHSComplaints Procedure— support patients with a complaint or grievance related to any aspect ofhealthcare, as described in the Health and Social Care Act.II.5) Common procurement vocabulary (CPV)85000000II.8) Additional information:Norfolk County Council wishes to enter into a contract with a singleservice provider for the provision of an Independent NHS ComplaintsAdvocacy Service.1) A concept viability event will be held on 29.8.2013 in Norwich. Pleasecontact [email protected] to register your interest in attendingand for further information.2) The Council has considered (pursuant to the Public Services (SocialValue) Act 2012) whether to explicitly seek social value through thisprocurement and has decided that the act does apply to this contract. Wewould welcome views from potential providers about whether, and if so how,the procurement process could deliver economic, social or environmentalbenefit for the County of Norfolk.3) Norfolk County Council has not yet decided on contract length but islikely to be 1 years with a possible extension for a 1 year, plus anotherpossible extension further 1 year (i.e. 1+1+1).Section III: Legal, economic, financial and technical informationSection VI: Complementary informationVI.2) Additional information:This is a procurement for services specified in Part B of Schedule 3 ofthe Public Contracts Regulations 2006 (“Part B services”). Accordingly,(and notwithstanding the advertising of this procurement exercise in theOfficial Journal,) the Public Contracts Regulations 2006 (as amended) onlyapply in part. The procurement exercise will be conducted in accordancewith the information contained in the procurement documents.VI.4) Date of dispatch of this notice:16.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Bovine cattle PUBLISHED ON: 23/08/2013 DOCUMENT NUMBER: 284194-2013 JOURNAL NUMBER: 163 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): 03321100 Bovine cattle AGENCY: DEPARTMENT FOR ENVIRONMENT FOOD AND RURAL AFFAIRS 'DEFRA' COUNTRY: GB. LANGUAGE: EN

Prior information noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Department for Environment Food and Rural Affairs 'Defra'17 Nobel HouseFor the attention of: Chris WoodsSW1P 3JR LondonUNITED KINGDOMTelephone: +44 1904454468E-mail: [email protected] information can be obtained from: The above mentioned contactpoint(s)I.2) Type of the contracting authorityMinistry or any other national or federal authority, including theirregional or local sub-divisionsI.3) Main activityEnvironmentI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesSection II.B: Object of the contract (Supplies or services)II.1) Title attributed to the contract by the contracting authority:Tender for the Collection, Slaughter, Salvage and Disposal of Cattle forTB Control PurposesII.2) Type of contract and place of delivery or of performanceService category No 27: Other servicesEngland and WalesII.4) Short description of nature and quantity or value of supplies or

services:TB is one of the most complex animal health problems currently facing thefarming industry in Great Britain (GB). Animal Health and VeterinaryLaboratories Agency (AHVLA) is committed to tackling the disease, workingin partnership with stakeholders, and is responsible for undertakingroutine surveillance and testing for this disease. As part of the GBcontrol programme for TB, Cattle are subject to regular diagnostic testingdepending on how widespread TB is in a particular region. In the event ofa positive reaction to testing or where there is a likelihood of infectionwith TB, Cattle are removed from Notified Premises and slaughtered.Further information about TB in Cattle can be found athttp://www.defra.gov.uk/animalhealth/managing-disease/bTb/. Indicativestatistics relating to numbers of Cattle affected by TB can be found athttp://www.defra.gov.uk/foodfarm/farmanimal/diseases/atoz/tb/stats/index.htmAHVLA, working with Defra and Welsh Government, is seeking suppliers forthe collection, slaughter, salvage and disposal of cattle affected by TB.Successful Tenderers will be appointed onto a multi-supplier Frameworkthat will be available for use by Contracting Bodies in Great Britain.AHVLA is an Executive Agency of Defra. One of AHVLA's key roles is toimplement government policies aimed at preventing or managing outbreaks ofserious animal diseases, and in doing so, to support the farming industry,protect the welfare of farmed animals and safeguard public health fromanimal borne disease. AHVLA will be the operational agent for the deliveryof the services under the Framework on behalf of Defra and WelshGovernment.Tenders will be invited for services relating to the collection,slaughter, salvage and disposal of cattle for TB control purposes. Inaddition, successful bidders will be able to demonstrate that they canprovide a cost efficient service that will provide increased returns toGovernment.Estimated cost excluding VAT:Range: between 10 000 000 and 12 000 000 GBPLotsThis contract is divided into lots: noII.5) Common procurement vocabulary (CPV)03321100II.6) Scheduled date for start of award procedures1.2.2014II.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.8) Additional information:A Supplier Day will be held at the AHVLA offices in Worcester (addressbelow) on 18th September. The purpose of the Supplier Day is to provide aforum for existing as well as potential new suppliers to gain anunderstanding of the requirements for collection and disposal of TBReactors and the expectations of Government in achieving a cost efficientservice. It will also provide an opportunity to share and gain feedbackwhich may be used to shape and define the proposition before any formalprocurement commences.In order to manage numbers we would like to limit numbers to onerepresentative for each organisation. If you do wish more than one person

to attend, please let us know, and subject to numbers, we will try toaccommodate you.All those organisations wishing to attend the Supplier Day should registertheir interest by emailing [email protected] on or before closeof business on Tuesday 10.9.2013.Supplier day to be held at AHVLA Worcester:Block C,Government Buildings,Whittington Road,Worcester,WR5 2LQSection III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:Details will be contained within the Invitation To Tender (ITT) documentSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: yesReference to project(s) and/or programme(s): The UK Bovine TuberculosisEradication Programme is potentially eligible for cofinancing from the EUVeterinary Fund under Council Decision 2009/470/EC on expenditure in theveterinary field. The level of co-financing is subject to EU approval onan annual basis. The EU has approved co-financing of the UK BovineTuberculosis Eradication Programme in 2013 under Commission ImplementingDecision 2012/761/EU; co-financed components include sampling, tuberculintesting, gammainterferon testing, bacteriological testing andcompensation.VI.2) Additional information:Any procurement will be carried out in accordance with the PublicContracts Regulations 2006 (as amended) and will be compatible with EUlaw.VI.4) Date of dispatch of this notice:21.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Services furnished by specialist organisations PUBLISHED ON: 24/08/2013 DOCUMENT NUMBER: 285702-2013 JOURNAL NUMBER: 164 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): 98113000, 98111000, 98112000, 73110000, 73300000, 73210000, 73000000, 73220000, 73100000, 75100000, 75112000, 79420000, 79212110, 79411000, 79421000, 79400000, 79900000, 79994000, 85140000, 85141000, 85148000, 79500000, 79200000, 79630000 Services furnished by specialist organisations, Services furnished by business organisations, Services furnished by professional organisations, Research services, Design and execution of research and development, Research consultancy services, Research and development services and related consultancy services, Development consultancy services, Research and experimental development services, Administration services, Administrative services for business operations, Management-related services, Corporate governance rating services, General management consultancy services, Project-management services other than for construction work, Business and management consultancy and related services, Miscellaneous business and business-related services, Contract administration services, Miscellaneous health services, Services provided by medical personnel, Medical analysis services, Office-support services, Accounting, auditing and fiscal services, Personnel services except placement and supply services AGENCY: DEPARTMENT OF HEALTH COUNTRY: GB. LANGUAGE: EN

Prior information noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Department Of HealthQuarry House, Quarry HillFor the attention of: Paul EagletonLS2 7UE LeedsUNITED KINGDOME-mail: [email protected] address(es):General address of the contracting authority:https://www.gov.uk/government/organisations/department-of-healthAddress of the buyer profile:https://www.gov.uk/government/organisations/department-of-health/about/procurementFurther information can be obtained from: The above mentioned contact

point(s)I.2) Type of the contracting authorityMinistry or any other national or federal authority, including theirregional or local sub-divisionsI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II.B: Object of the contract (Supplies or services)II.1) Title attributed to the contract by the contracting authority:Provision of The NIHR Clinical Research Network Coordinating centre(CRNCC)II.2) Type of contract and place of delivery or of performanceService category No 27: Other servicesEnglandNUTS code UKII.3) Information on framework agreementThe notice involves the establishment of a framework agreement: noII.4) Short description of nature and quantity or value of supplies orservices:The National Institute for Health Research (NIHR) Clinical ResearchNetwork (CRN) is funded by the Department of Health to provide world classhealth service infrastructure to support clinical research across the fullspectrum of disease and clinical need in the NHS in England. It comprisesstaff embedded in the NHS who support the initiation and delivery ofresearch. The CRN allocates and manages funding to meet NHS ServiceSupport (e.g. additional nursing time; pathology sessions; lab costs;imaging; additional out-patient costs) for eligible studies. Thesecomprise randomised controlled clinical trials of interventions (includingprevention, diagnosis, treatment and care) and other well designed studiesfor commercial (life sciences companies and contract researchorganisations) and non-commercial sponsors (e.g. Government, medicalresearch charities). Further information is available at:http://www.nihr.ac.uk/files/pdfs/Briefing%20documents/4.1%20Clinical%20Research%20Network.pdfThe NIHR CRN plays a key role in delivering the NIHR's mission ofimproving the health and wealth (economic growth) of the nation and theCRN features in the government's Strategy for UK Life Sciences. Last yearthe CRN supported research in 99% of NHS Trusts/FTs in England.The NIHR CRN aims to:- Ensure that patients and healthcare professionals from all parts ofEngland, and from all areas of healthcare, are able to participate in andbenefit from clinical research- Improve the quality, speed and co-ordination of clinical research byremoving the barriers to research in the NHS- Streamline and performance manage NHS Support for eligible studies toensure that the NHS Service Support Costs of these studies are met in atimely and efficient manner- Unify and streamline administrative procedures associated withregulation, governance, reporting, and approvals

- Strengthen research collaboration with life sciences industries andensure that the NHS can meet the health research needs of industry- Further integrate health research and patient care.The CRN currently consists of a managed set of eight clinical researchnetworks. It comprises a comprehensive research network, a primary careresearch network, and six topic-specific clinical research networks(cancer; mental health; medicines for children; diabetes; stroke; anddementia & neurodegenerative diseases) and receives approximately £300mfunding per annum from DH. The CRN is co-ordinated by a central overallCRN Co-ordinating Centre, which is provided via a five-year Contractending March 2015. Each of the six topic-specific clinical researchnetworks has its own Co-ordinating Centre, provided via separate five-yearcontracts with various universities all ending March 2015. Funding for theeight clinical research networks is provided directly to the NHS via DHcontracts with NHS organisations that act as hosts for a total of 102local research networks. These contracts end in March 2014. The centraloverall CRN Co-ordinating Centre manages all contracts for the CRN onbehalf of DH. The Chief Executive Officer (CEO) of the central overall CRNCo-ordinating Centre is also the CEO of the CRN.DH has decided that the CRN will transition to a simpler integratedstructure and delivery model. The new CRN structure will comprise onesingle national Co-ordinating Centre (CRNCC) incorporating clinicalthematic leadership, and 15 Local NIHR CRN research networks (integratedacross all clinical themes) based on the geographical footprints of theAcademic Health Science Networks. The CRN will thereby become oneintegrated network. This transition is well underway and will be mostlycomplete one year before the contract for the CRNCC commences. The DHcontracts with the host NHS Trusts/FTs of the 15 new Local NIHR CRNresearch networks will commence in April 2014. It is envisaged that theopen tender process to select a contractor to provide the CRNCC from April2015 onwards will be running in parallel with the operational merger ofthe current Co-ordinating Centres into one operational single nationalCo-ordinating Centre.Services to be provided by the CRNCC include:- Executive and operational leadership, management, and governance of allareas of the NIHR CRN, including clinical leadership for all clinicalthemes. The Chief Executive Officer (CEO) of the CRNCC will be the CEO ofthe NIHR CRN.- Performance management (on behalf of DH) of the contracts/SLAs betweenthe DH and the NHS host organisations of the 15 Local NIHR CRNs. The totalvalue of all these 15 contracts/SLAs will be about £280m.- Engaging the NHS in research in line with the NHS Constitution.- Supporting patient and public involvement in research.- Provision and efficient operation of information systems to support theNIHR CRNCC's business, including good information governance.- Working closely with, and as an integral element of, the whole NIHR toachieve the full potential of the NIHR as an integrated health researchsystem in the NHS and to support economic growth.- Ensuring that the CRN meets its Key Performance Indicators (KPIs). TheseKPIs relate to: the numbers of participants recruited; the delivery ofstudies to time and target; the proportion of commercial contract studies

delivered; reducing NHS permission times for studies; reducing the timetaken to recruit the first participant; and the percentage of NHS Trustsparticipating in studies.- Ensuring that the CRN meets the research delivery needs of: the lifesciences industry; the NIHR; and NIHR non-commercial Partners (e.g.Research Councils and eligible research charities).- Developing and maintaining relationships with: relevant NHS leaders; theHRA; research funders, and partnering with the NIHR Office for ClinicalResearch Infrastructure (NOCRI) in developing productive businessrelationships with life-sciences industry and other global clinicalresearch funders.- Liaison with DH, and input into DH initiatives and activities.- Responding quickly and effectively to requests for briefing andinformation, including financial and performance management data, from theDepartment of Health. Urgent requests for information may need same-dayresponses.- Provision and efficient operation of a communications service.- Liaison with clinical research networks in the devolved administrationswhich comprise the UK Clinical Research Network.The Department wishes to re-tender the required provision for the CRNCCfunction and the successful Bidder will be expected to provide the aboveservices and meet agreed KPIs. It is expected that the CRN structuretransformation will complete by the time the new Contract commences,therefore the existing CRN Co-ordinating Centre will manage the revisedstructure for a period of time and will work with any new provider tofacilitate proper handover. The new Contract is for a CRNCC function to bein place from April 2015, replacing the current Contract.Please be advised that TUPE may apply to this contract. The Department maydivide the provision of this contract into lotsEstimated cost excluding VAT: 100 000 000 GBPLotsThis contract is divided into lots: noII.5) Common procurement vocabulary (CPV)98113000, 98111000, 98112000, 73110000, 73300000, 73210000, 73000000,73220000, 73100000, 75100000, 75112000, 79420000, 79212110, 79411000,79421000, 79400000, 79900000, 79994000, 85140000, 85141000, 85148000,79500000, 79200000, 79630000II.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesSection III: Legal, economic, financial and technical informationSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.2) Additional information:This notice is for Information only and the Department of Health reservesthe right to not proceed to tender additionally the Department reservesthe right to discontinue the proposed tendering process and not to awardthe contract.The Department is seeking to hold a supplier Information day in London onthe 25th September. Please email [email protected] fao Paul

Eagleton for more information.How to register.Service providers interested in attending the open day should [email protected] by the 20th September providing –i) Contact details of the person attending ii) a single paragraph summaryof your company experience andwhether your Organisation is classed as a Small to Medium Sized enterprise(SME). This summary will be shared with other participants in order topromote discussion and assist the formation of partnerships where serviceproviders wish to do so. Maximum two attendees per Organisation.Transparency:Potential suppliers should note that, in accordance with Government'spolicies on transparency, DH intends to publish the Invitation to Tender(ITT) document, and the text of any Contract awarded, subject to possibleredactions at the discretion of DH.Further information on transparency can be found at:http://www.cabinetoffice.gov.uk/content/transparency-overview.VI.3) Information on general regulatory frameworkRelevant governmental Internet sites where information can be obtainedEnvironmental protection legislation http://www.defra.gov.ukEmployment protection and working conditions http://www.dwp.gov.ukVI.4) Date of dispatch of this notice:22.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Beds for medical use PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279488-2013 JOURNAL NUMBER: 160 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 2 - Additional information (IC = AA changes and cancellations) NATURE OF CONTRACT: 4 - Service contract PROCEDURE: C - Competitive dialogue 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): 33192100, 33192120, 85112100, 33192130, 33192110 Beds for medical use, Hospital beds, Hospital-bedding services, Motorised beds, Orthopaedic beds AGENCY: WALSALL HEALTHCARE NHS TRUST COUNTRY: GB. LANGUAGE: EN

Walsall Healthcare NHS Trust, Manor Hospital, Moat Road, For the attentionof: Kevin Davies, WalsallWS2 9PS, UNITED KINGDOM. Telephone: +441922656056. Fax: +44 1922656890. E-mail:[email protected](Supplement to the Official Journal of the European Union, 20.4.2013,2013/S 78-131538)Incomplete procedureThe awarding procedure has beendiscontinuedThe contract may be the object of a re-publication

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Clinical-waste collection services PUBLISHED ON: 24/08/2013 DOCUMENT NUMBER: 285679-2013 JOURNAL NUMBER: 164 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 2 - Additional information (IC = AA changes and cancellations) NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90524100, 90524200, 90524400 Clinical-waste collection services, Clinical-waste disposal services, Collection, transport and disposal of hospital waste AGENCY: SHEFFIELD TEACHING HOSPITALS NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Sheffield Teaching Hospitals NHS Foundation Trust, Royal HallamshireHospital, Glossop Road, For the attention of: Simon Beal, Senior Buyer,SheffieldS10 2JF, UNITED KINGDOM. Telephone: +44 1142265623. Fax: +441142711860. E-mail: [email protected](Supplement to the Official Journal of the European Union, 22.11.2012,2012/S 225-370861)Incomplete procedureThe contract has not been awardedThecontract may be the object of a re-publication

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Financial information systems PUBLISHED ON: 24/08/2013 DOCUMENT NUMBER: 285692-2013 JOURNAL NUMBER: 164 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 2 - Additional information (IC = AA changes and cancellations) 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): 48812000 Financial information systems AGENCY: THE IPSWICH HOSPITAL NHS TRUST COUNTRY: GB. LANGUAGE: EN

The Ipswich Hospital NHS Trust, Heath Rd, For the attention of: RogerHolloway, IpswichIP4 5PD, UNITED KINGDOM. Telephone: +44 1473704465.E-mail: [email protected](Supplement to the Official Journal of the European Union, 4.4.2013,2013/S 66-110740)Incomplete procedureThe awarding procedure has beendiscontinuedOther additional informationThe contracting authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SMEs). However,any selection of tenderers will be based solely on the criteria set outfor the procurement, and the contract will be awarded on the basis of themost economically advantageous tender.To view this notice, please click here:https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=71327450GO Reference: GO-2013822-PRO-5057393

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Pre-school education services PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279539-2013 JOURNAL NUMBER: 160 SPECIFICATION DUE: 10/09/2013 DEADLINE: 16/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: C - Competitive dialogue REGULATION: 5 - European Union, with participation by GPA countries 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): 80110000, 45214100, 45210000, 45300000, 71220000, 71240000, 50000000, 71500000, 85312110 Pre-school education services, Construction work for kindergarten buildings, Building construction work, Building installation work, Architectural design services, Architectural, engineering and planning services, Repair and maintenance services, Construction-related services, Child daycare services AGENCY: WEST LONDON MENTAL HEALTH NHS TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)West London Mental Health NHS TrustUxbridge Road, MiddlesexContact point(s): Estates and Facilities Department, Kentigern House,Broadmoor Hospital, Crowthorne, BerkshireFor the attention of: Keith Ottley, Assistant Director of Estates andFacilitiesUB1 3EU SouthallUNITED KINGDOMTelephone: +44 1344754445E-mail: [email protected]: +44 1344754051Internet address(es):General address of the contracting authority: www.wlmht.nhs.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authority

Body governed by public lawI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Workplace Nursery Project.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 24: Education and vocational education servicesNUTS code UKJ11II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)West London Mental NHS Trust (the 'Trust') seeks to find an economicoperator to enter into a range of documentation for:a) the design and build of a workplace nursery and car park area on adesignated site owned by the Trust near Broadmoor Hospital (details ofdesignated site can be found in the PQQ or MOI);b) the maintenance and repair of the new premises for the term of thenursery contract (see c below); andc) the provision of childcare nursery services from the premises tochildren of staff working at Broadmoor Hospital and children of otherparents in the local community.The Trust expects the economic operator to finance the capital cost of theproject.II.1.6) Common procurement vocabulary (CPV)80110000, 45214100, 45210000, 45300000, 71220000, 71240000, 50000000,71500000, 85312110II.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: noII.1.9) Information about variantsVariants will be accepted: yesII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:See Section II.1.5).II.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis contract is subject to renewal: noII.3) Duration of the contract or time limit for completionDuration in months: 300 (from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:The Trust may require some assurance from the economic operator including,but not limited to, a parent company guarantee, warranties, performancebonds or deposits. Further details will be provided in the tenderdocumentation.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:Details will be set out in the tender documentation.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:No specific form is required, but the Trust reserves the right to requirethat each economic operator becomes jointly and severally responsible forthe contracts before acceptance.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: The economic operators interested should contact the Trust'scontact point (Section I.1) by email to lodge an expression of interestand request a PQQ and MOI. The PQQ will set out in further detailregarding the requirements of the Trust under this procurement and willrequest specific responses and information from the economic operators.The deadline for requesting a PQQ is set out in Section IV.3.3) and thedeadline for submission of the PQQ is at Section IV.3.4). The PQQ responsewill be reviewed in accordance with the evaluation and scoring criteria inthe PQQ.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: The economic operators interested should contact the Trust'scontact point (Section I.1) by email to lodge an expression of interestand request a PQQ and MOI. The PQQ will set out in further detail therequirements of the Trust under this procurement and will request specificresponses and information from the economic operators. The deadline forrequesting a PQQ is set out in Section IV.3.3) and the deadline forsubmission of the PQQ is at Section IV.3.4). The PQQ response will bereviewed in accordance with the evaluation and scoring criteria in thePQQ.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:The economic operators interested should contact the Trust's contact point(Section I.1) by email to lodge an expression of interest and request aPQQ and MOI. The PQQ will set out in further detail the requirements ofthe Trust under this procurement and will request specific responses andinformation from the economic operators. The deadline for requesting a PQQis set out in Section IV.3.3) and the deadline for submission of the PQQis at Section IV.3.4). The PQQ response will be reviewed in accordancewith the evaluation and scoring criteria in the PQQ.III.3) Conditions specific to services contracts

III.3.1) Information about a particular professionExecution 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 ofthe staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedurecompetitive dialogueIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 3IV.1.3) Reduction of the number of operators during the negotiation ordialogueRecourse to staged procedure to gradually reduce the number of solutionsto be discussed or tenders to be negotiated yesIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.2) Previous publication(s) concerning the same contractOther previous publicationsNotice number in the OJEU: 2010/S 247-377793 of 21.12.2010IV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 10.9.2013 - 12:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate16.9.2013 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates18.10.2013IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.8) Conditions for opening of tendersPersons authorised to be present at the opening of tenders: noSection VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationThe Trust currently anticipates entering into a range of contractdocumentation with the successful economic operator, including but not

limited to a development agreement, lease of the premises and a servicescontract for provision of the nursery services. The economic operator willbe expected to finance the capital cost of the project. Further detailwill be discussed later in the procurement process.The Trust will require the successful economic operator to provide anursery with a maximum of 120 places, and the Trust staff will have firstpreference of these. The Trust anticipates maximum demand from Trust staffwill be 70 places.The successful economic operator will be contractually required to complywith obligations under a 106 Agreement and outline planning permission inrelation to the design, construction and operation of the nursery on thesite. Further details will be provided in the tender documentation.Any contract awarded will be subject to English Law and the Trust reservesthe right not to award any contract pursuant to this notice.The Trust shall under no circumstances be responsible for the costs orexpenses of any economic operator arising from participation in thisprocurement. Further information on the procurement and the requirementsof the Trust are set out in the MOI.I.1) – economic operators are asked to contact the contact point by emailin first instance.II.1.9) – variant bids will be considered provided that the Trust's corerequirements are met.II.3) – the Trust currently anticipates the successful economic operatorentering into a lease/contract for provision of services (and maintenance/repair of the premises) for an anticipated duration of 15-25 years, butthe Trust will discuss break rights/ implications (including financial)and duration with the economic operators during the dialogue phase.IV.1.2) – the Trust currently anticipates selecting a minimum of 3economic operators at the PQQ stage, but further details will be given inthe PQQ itself.IV.1.3) – the Trust reserves the right to include a staged dialogue phase,down-selecting during the dialogue, depending on the number of economicoperators selected at the PQQ stage.IV.3.2) – the Trust previously issued an OJEU notice in 2010 for theworkplace project. Due to various factors, including negotiation of the106 Agreement, and to be fully transparent and fair, the Trust has decidedto re-start the procurement process and issue a new OJEU notice.IV.3.3) – the deadline at IV.3.3) is the deadline for requesting the MOIand PQQ from the Trust's contact point (see Section I.1)IV3.4) – the deadline at IV.3.4) is the deadline for submitting thecompleted PQQ back to the Trust. The Trust will then draw up a list ofeconomic operators who will be invited to participate in dialogue,applying the evaluation criteria, and will receive an Invitation toParticipate in Dialogue.IV3.5) – is the date that the Trust currently anticipates sending out theInvitation to Participate in Dialogue to those economic operators who havebeen selected at the PQQ stage. The date may be subject to change.VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresHigh Court of England and WalesStrand

WC2A 2LL LondonUNITED KINGDOMTelephone: +44 2079476000Internet address: www.hmcourts-services.gsi.gov.ukFax: +44 2079477345VI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Trust willincorporate a standstill period at the point information on the award ofthe contract is communicated to the economic operators. The notificationwill provide the full required information on the award decision anddetails of the person to contact should you have any queries. Thestandstill period, which will be for a minimum of 10 calendar days,provides time for unsuccessful economic operators to challenge the awarddecision before the contract is entered into.The Public Contracts Regulations 2006 (SI 2006 No 5), as amended, providefor aggrieved parties who have been harmed or are at risk of harm bybreach of the rules to take action in the High Court (England, Wales andNorthern Ireland) within the applicable limitation period.VI.5) Date of dispatch of this notice:15.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Software package and information systems PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279542-2013 JOURNAL NUMBER: 160 SPECIFICATION DUE: DEADLINE: 13/09/2013 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: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 48000000 Software package and information systems AGENCY: NHS EDUCATION FOR SCOTLAND COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)NHS Education for Scotland2nd floor, Westport, 102 WestportContact point(s): ProcurementFor the attention of: Margaret McEwanEH3 9DN EdinburghUNITED KINGDOMTelephone: +44 1316563200E-mail: [email protected]: +44 1316563201Internet address(es):General address of the contracting authority: http://www.nes.scot.nhs.ukAddress of the buyer profile:http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13002Further information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityBody governed by public lawI.3) Main activityHealthI.4) Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Development of Existing Web Based Evaluation & Reporting Database.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 7: Computer and related servicesMain site or location of works, place of delivery or of performance:Scotland.NUTS code UKMII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)NES require the services of experienced database developers to furtherdevelop an existing web based evaluation and reporting database whichfacilitates the quality management of the Practice Learning Environment(Project: QMPLE).The project must be substantially delivered by the end of the currentfinancial year i.e. by 31 March 2014.Full details of the project are included in the PQQ documentNOTE: To register your interest in this notice and obtain any additionalinformation please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=275046.The awarding authority has indicated that it will accept electronicresponses to this notice via a 'Tender Submission Postbox' facility.Further details of this facility are available athttp://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=275046.Suppliers are advised to allow adequate time for uploading documents andto dispatch the electronic response well in advance of the closing time toavoid any last minute problems. The postbox closes precisely at the timestated.II.1.6) Common procurement vocabulary (CPV)48000000II.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: noII.1.9) Information about variantsVariants will be accepted: yesII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Estimated value excluding VAT:Range: between 80 000 and 120 000 GBPII.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis contract is subject to renewal: no

II.3) Duration of the contract or time limit for completionStarting 4.12.2013. Completion 30.8.2014Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:None.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Details contained in the PQQ document.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Details included in the PQQ document.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Details contained in the PQQ document.Section IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 5Objective criteria for choosing the limited number of candidates: Criteriaand evaluation details are included in the PQQ document.IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:C001074.IV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate13.9.2013 - 14:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates25.9.2013IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.3) Additional information

Project Reference C001074(SC Ref:275046)VI.5) Date of dispatch of this notice:15.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Archiving services PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279564-2013 JOURNAL NUMBER: 160 SPECIFICATION DUE: DEADLINE: 16/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: Z - Not specified AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 79995100 Archiving services AGENCY: COUNTY DURHAM PROCUREMENT CONSORTIUM COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)County Durham Procurement ConsortiumBed House, Unit 3, Belmont Business ParkFor the attention of: Patricia GreenDH1 1TW DurhamUNITED KINGDOMTelephone: +44 1913332624E-mail: [email protected] address(es):General address of the contracting authority:http://events.transaxions.com/service.aspx?event=6626Further information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact 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 contractingauthorities: no

Section II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:SP830 - Collection, Retreival and Archiving of Medical, Corporate and andother confidential information.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesNUTS code UKCII.1.5) Short description of the contract or purchase(s)Tees, Esk and Wear Vallley NHS Foundation Trust is looking to Tender forthe collection, retrieval and archiving of medical records, corporaterecords and any other confidential information produced by Tees Esk andWear Valley NHS FoundatIon Trust. This contract may also be utilised byorganisations aligned to County Durham Procurement Consortium.II.1.6) Common procurement vocabulary (CPV)79995100II.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: yesII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Tees, Esk and Wear Valley NHS FoundatIon Trust are looking for a contractto encompass the collection, retrieval and archiving of medical records,corporate records and any other confidential information produced by Tees,Esk & Wear Valley NHS Foundation Trust (TEWV). TEWV services are spreadover a wide geographical area of around 3,600 miles which includescoastal, rural and industrial areas. TEWV provide a range of mentalhealth, learining disability and substance misuse services to 1.6 millionpeople living in County Durham, Scarborough, Whitby, Ryedale, Harrogateand Hambleton and Richardmonshire.II.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis 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:The Contracting Authority reserves the right to require deposits,guarantees, bonds, insurance cover and/or other forms of security cover itdeems appropriate.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:Further details will be provided to those who express interest in thisopportunity and/or are invited to tenderIII.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:Groupings of bidders may be required to form a separate limited companyand/or that one takes full responsibility and/or that each takes joint andseveral liability.

III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Please see pre-qualification questionnaire and for thoseshortlisted, the Invitation to Tender.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Please see pre-qualification questionnaire and for thoseshortlisted, the Invitation to Tender.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Please see pre-qualification questionnaire and for those shortlisted, theInvitation to Tender.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 ofthe staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:SP830 Collecton, retrieval and archiving of records.IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate16.9.2013 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates27.9.2013IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrence

This is a recurrent procurement: noVI.5) Date of dispatch of this notice:16.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Software package and information systems PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279585-2013 JOURNAL NUMBER: 160 SPECIFICATION DUE: DEADLINE: 20/09/2013 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: 2 - Submission for one lot only CRITERIA: 1 - Lowest price CPV CODE(S): 48000000, 48180000, 48311000, 48314000, 48810000, 48814000, 48814200, 48814400, 72000000, 72212180, 72224100, 72250000, 72260000, 72261000, 72263000, 72266000, 72610000 Software package and information systems, Medical software package, Document management software package, Voice recognition software package, Information systems, Medical information systems, Patient-administration system, Clinical information system, IT services: consulting, software development, Internet and support, Medical software development services, System implementation planning services, System and support services, Software-related services, Software support services, Software implementation services, Software consultancy services, Computer support services AGENCY: GLOUCESTERSHIRE HOSPITALS NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Gloucestershire Hospitals NHS Foundation TrustVictoria WarehouseFor the attention of: Clyan Andrews (Acutes)GL29HD GloucesterUNITED KINGDOMInternet address(es):Address of the buyer profile: https://tactica-live.advanced365.comFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityBody governed by public lawI.3) Main activity

HealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:The Provision of an Integrated Clinical Information System.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 7: Computer and related servicesMain site or location of works, place of delivery or of performance:Gloucestershire Hospitals NHS Foundation Trust, Yeovil District HospitalNHS Foundation Trust, Northern Devon Healthcare NHS Trust and all otherassociated sites.NUTS code UKKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)The provision of a fully integrated (save to the limited extent, if any,permitted by the Trusts and set out in the Trusts' specification) clinicalinformation system to be delivered on a managed services basis for aperiod of up to 10 years (or such longer period as would allow thecontracts to be co-terminus (at the Trust(s) option) and including anyextension period(s) (see Section II.2.1) together with associatedservices.II.1.6) Common procurement vocabulary (CPV)48000000, 48180000, 48311000, 48314000, 48810000, 48814000, 48814200,48814400, 72000000, 72212180, 72224100, 72250000, 72260000, 72261000,72263000, 72266000, 72610000II.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 lot onlyII.1.9) Information about variantsVariants will be accepted: yesII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The provision of a clinical information system to be delivered on aremotely hosted, managed services basis including provision of resilientdata links between data centre(s) and Trust network perimeters and to eachTrust (as referred to in Section I.4 and set out in Annex A) on anindividual contract basis. Note that any provider or commissioner ofhealthcare related services as may be authorised by each such Trust fromtime to time during the period of the contract, shall be entitled to usethe system to electronically record its activities in respect of itsprovision of healthcare and ancillary services to persons who are alsopatients of that Trust.

Subject to the Trust(s) requirements, such system will includefunctionality relating to Clinical Administration, Pathology, Pharmacy andPharmacy Stock Control, Emergency Department, Theatres, Women andChildren's, Oncology e-prescribing and Oncology management, OrderCommunications, Enterprise-wide Electronic Prescribing and Enterprise-wideClinical Decision Support, Clinical Documentation and reporting togetherwith all other required associated services including data migration,related consultancy, service support and training. The Trusts reserve theoption to utilise additional functionalities provided by the chosensupplier as may be required to meet their future needs.Note that the range set out below assumes a full 96 month term withpossible 24 month extension and contracts with all three Trusts.Estimated value excluding VAT:Range: between 35 000 000 and 60 000 000 GBPII.2.2) Information about optionsOptions: yesDescription of these options: Please see tender documents. Optionalextension period to the original 96 months' contract of up to 24 months orsuch longer period as would allow the contracts to be co-terminus (at theTrust(s) option).Information about lotsLot No: 1Lot title: Integrated Clinical Information System2) Common procurement vocabulary (CPV)48000000, 48180000, 48311000, 48314000, 48810000, 48814000, 48814200,48814400, 72000000, 72212180, 72224100, 72250000, 72260000, 72261000,72263000, 72266000, 72610000Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:Parent company and other guarantees may be required in certaincircumstances see the tender documents for further details.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:See Tender documents.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:Requests to participate will be accepted from groupings of economicoperators (consortia). In the event of a successful consortium bid,Gloucestershire NHS Procurement Shared Service reserves the right torequire groupings of entities to take a particular legal form and/orrequired that a single consortium member takes primary liability or thateach member undertakes joint and several liability irrespective of thelegal form adopted. Where a subsidiary company is used, the ultimateparent company may be required to provide a guarantee in respect of theperformance of the contract by the subsidiary before acceptance.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions: As specified in the Tenderdocuments.III.2) Conditions for participation

III.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Suppliers are required to express an interest in the OJEU processand complete PQQ documents via the Trusts eSourcing system TACTICA - whichis accessed at https://tactica-live.advanced365.com - please make surethat you are registered to avoid any future delays.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: As per III.2.1. above:https://tactica-live.advanced365.comMinimum level(s) of standards possibly required:https://tactica-live.advanced365.com.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:https://tactica-live.advanced365.com.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 ofthe staff responsible for the execution of the service: yesSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged number of operators: 5Objective criteria for choosing the limited number of candidates: Pleaserefer to the PQQ at https://tactica-live.advanced365.com.IV.2) Award criteriaIV.2.1) Award criteriaLowest priceIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:RFT3503, PT919/2013.IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate20.9.2013 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary information

VI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationTenderers should note that as part of the evaluation of their solution atITT stage, Gloucestershire NHS Procurement Shared Services intends toconduct demonstrations, usability and user experiences testing throughscripted scenarios.Gloucestershire NHS Procurement Shared Service (and each ofGloucestershire Hospitals NHS Foundation Trust and/or Northern DevonHealthcare NHS Trust and/or Yeovil District Hospital NHS Foundation Trust)does not bind itself to accept the lowest or any offer and reserves theright to revert back to/re-commence any earlier stage of it and/or tochange the basis of and the procedures for the procurement process and/orterminate the procurement process (or any part of it), in each case at anytime. Neither Gloucestershire NHS Procurement Shared Service nor theTrusts shall be responsible for any costs of whatever kind and wheneverincurred by any tenderer in relation to a tenderer's participation in thisprocess.Gloucestershire NHS Procurement Shared Service will be conducting thisprocurement exercise through the e-procurement portal Tactica athttps://tactica-live.advanced365.com. All information must be downloadedand returned through this channel. For the avoidance of doubt, all queriesmust be raised through the Tactica e-tendering portal.Tenderers wishing to participate in this procurement must register on, andonce registered must submit an expression of interest (EOI) via, thee-tendering portal at https://tactica-live.advanced365.com. Simply clickon the ‘interested parties' current opportunities' button on thee-tendering site to view details of this procurement and how to gainaccess to the relevant tender documents (including memorandum ofinformation and pre-qualification questionnaire).Tenderers should note that it may take up to 5 days to register on theTactica e-tending portal – Tenderers wishing to participate in thisprocurement should therefore allow sufficient time to go through theregistration process, upload the documents and respond to thepre-qualification questionaire before the deadline for submission ofresponses.For any support in submitting your expression of interest please contactClyan Andrews, Procurement Lead through the e-tendering portal – Tacticamessaging system:Email: [email protected] details regarding the requirement, the potential components of thesolution required and the procurement process will be contained in thetender documents which will be accessible through the e-tendering portal.Contracting Authority Websites:www.gloshospitals.org.ukwww.yeovilhospital.nhs.ukwww.northdevonhealth.nhs.ukVI.4) Procedures for appeal

VI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Authority willallow a minimum 10 calendar day standstill period between notifying theaward decision and awarding the contract. Unsuccessful tenderers andapplicants are entitled to receive reasons for the decision, including thecharacteristics and relative advantages of the winning bid and the reasonswhy the tenderer/applicant was unsuccessful. Should additional informationbe required it should be requested of the addressee in section I.1.Aggrieved parties who have been harmed or are at risk of harm by breach ofthe procurement rules have the right to take action in the High Court(England and Wales). Any such action is subject to strict time limits andmust be brought in accordance with the Public Contracts Regulations 2006as amended by the Public Contracts (Amendment) Regulations 2009 and thePublic Procurement (Miscellaneous Amendments) Regulations 2011.VI.5) Date of dispatch of this notice:14.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Electronic data management (EDM) PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279596-2013 JOURNAL NUMBER: 160 SPECIFICATION DUE: DEADLINE: 23/09/2013 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: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 48613000, 72310000, 79999100, 48329000, 48311100, 48318000 Electronic data management (EDM), Data-processing services, Scanning services, Imaging and archiving system, Document management system, Scanner software package AGENCY: BLACKPOOL TEACHING HOSPITALS NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Blackpool Teaching Hospitals NHS Foundation TrustWhinney Heys RoadContact point(s): All queries in relation to this PQQ should be sent viaemail to Gayle Merrygold of Chrystal Consulting via the contact detailssupplied below.For the attention of: Bridget LordFY3 8NR BlackpoolUNITED KINGDOMTelephone: +44 1253-651073E-mail: [email protected]: +44 1253-303033Internet address(es):General address of the contracting authority: http://www.bfwh.nhs.uk/Further information can be obtained from: Chrystal Consulting Limited191c Moss Lane, BramhallFor the attention of: Gayle MerrygoldSK7 1BA StockportUNITED KINGDOMTelephone: +44 1619256500E-mail: [email protected]: +44 1619256550Internet address: http://www.chrystalconsulting.co.ukSpecifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtained

from: Chrystal Consulting Limited191c Moss Lane, BramhallFor the attention of: Gayle MerrygoldSK7 1BA StockportUNITED KINGDOMTelephone: +44 1619256500E-mail: [email protected]: +44 1619256550Internet address: http://www.chrystalconsulting.co.ukTenders or requests to participate must be sent to: Chrystal ConsultingLimited191c Moss Lane, BramhallFor the attention of: Gayle MerrygoldSK7 1BA StockportUNITED KINGDOMTelephone: +44 1619256500E-mail: [email protected]: +44 1619256550Internet address: http://www.chrystalconsulting.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 contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Provision of an electronic document management system (EDMS) and scanningservice.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 7: Computer and related servicesMain site or location of works, place of delivery or of performance:Blackpool Teaching Hospitals NHS Foundation Trust.NUTS code UKD42II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Blackpool Teaching Hospitals NHS Foundation Trust has a requirement toprocure an electronic document management system on a managed servicebasis. The EDMS project will see the conversion of active health recordsinto an EDMS document imaging solution. This will provide on demand,multi-user, multi-site access to the electronic record via desktop PCs,mobile devices or remote access and will enable clinicians to use the mostcomplete and up-to-date record to inform their care decisions.Scope.The Trust intends to contract with a sole provider for the provision of

its EDMS/scanning service. This may comprise a consortium, with a singleentity taking full responsibility/liability for the provision of theservice.The EDMS will provide a multi-purpose solution within a single IT systemincluding:- Scanning of existing paper health records;- Scanning of health record supplements (HRS);- Electronic referrals and completion of e-forms within the health record;- Clinical correspondence;- EDMS should also support the use of voice recognition.The contract will include options for supplier(s) to deliver the serviceas described below:PART A – EDMS Solution and Scanning of Acute Paper Records- EDMS solution comprising of a viewing portal / eReferrals / eForms /workflow (as a minimum);- Back scanning the current paper health records (265,000 health records),to be available electronically via the EDMS solution.PART B – Scanning of Community Paper Records(Suppliers can only tender for this requirement if they tender for PartA).- Back scanning the current paper health records (141,000 health records),to be available electronically via the EDMS solution.Note: The average set of community paper health records is estimated to be33 pages (66 images).PART C – Ongoing Scanning of Acute Health Record Supplements(Suppliers can only tender for this requirement if they tender for Part A)- Ongoing scanning of HRSs – to agreed SLAs – to be availableelectronically via the EDMS solution.PART D – Ongoing Scanning of Community Health Records(Suppliers can only tender for this requirement if they tender for Part A)- Ongoing scanning of newly created records – to agreed SLAs – to beavailable electronically via the EDMS solution.Note: The number of health records is c110,000 per annum.Suppliers who tender for Part A will be invited to provide options on thedelivery of parts B, C and D as separate costed items. The Trust reservesthe right to select from the options presented (for example, the Suppliermay offer Parts A, B, C and D and the Trust may select Parts A and Conly). The Trust also reserves the right to award all, part or none of thebusiness.It should be noted that in addition to the requirement under Parts C andD, the Trust also requires the ability to undertake in-house scanning offull (paper) health records, health record supplements and / or ad hocdocumentation via the EDMS solution.This procurement aims to reinforce compliance with the Trusts own medicalrecords policy objectives by providing:- Better storage and retrieval of clinical records,- Improved control of clinical records,- Compliance with legislation and standards,- Improved disposal of clinical records and- Reduced costs;- Performance benefits for the patients, Hospital and departments.

The prime driver for this procurement is the improvement of patient carein terms of both efficiencies and safety. The Trust welcomes bids fromconsortia but suppliers must be aware that the Trust expects to contractwith a single prime contractor who will deliver the full capabilityrequired and who will ultimately be responsible for the service delivered.The Trust anticipates that the contract will commence January 2013. Theconversion of all currently active health records from paper to electronicformat is expected to be completed within a 15-month timeframe.II.1.6) Common procurement vocabulary (CPV)48613000, 72310000, 79999100, 48329000, 48311100, 48318000II.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: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:See II.1.5.Estimated value excluding VAT:Range: between 1 000 000 and 4 000 000 GBPII.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis 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.1.1) Deposits and guarantees required:The contracting authority reserves the right to require deposits,guarantees, bonds or other forms of appropriate security.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:To be set out in tender documents.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:The contracting authority reserves the right to require groupings ofbidders to take a particular legal form, a single supplier to take primaryliability or each party to undertake joint and several liability.Consortia bids are acceptable.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: As set out in the PQQ which is available from ChrystalConsulting.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirements

are met: In accordance with Article 47of Directive 2004/18/EC andRegulation 24 of the Public Contracts Regulations 2006 and as set out inthe pre-qualification questionnaire which is available from ChrystalConsulting.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:In accordance with Articles 48 to 50 of Directive 2004/18/EC andRegulation 25 of the Public Contracts Regulations 2006 and as set out inthe pre-qualification questionnaire which is available from ChrystalConsulting.Minimum level(s) of standards possibly required:As set out in the Pre-qualification questionnaire.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 ofthe 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 totender or to participateEnvisaged number of operators: 5Objective criteria for choosing the limited number of candidates: As setout in the pre-qualification questionnaire which is available fromChrystal Consulting.IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate23.9.2013 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates11.10.2013IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary information

VI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationThe PQQ is available upon request from Chrystal Consulting from the dateof despatch of this notice. Expressions of interest must be by way ofcompletion and return of the pre-qualification questionnaire (PQQ) by thedate and time specified in section IV.3.4 (12:00 noon 23.9.2013)The Trust considers that this contract may be suitable for suppliers thatare small or medium enterprises (SME's), however, any selection oftenderers will be based solely upon the criteria specified. The contractwill be awarded on the basis of the most economically advantageous tender.The Trust does not bind itself to accept the lowest or any offer andreserves the right to accept an offer in either whole or in part. TheTrust is not responsible for any costs incurred by bidders in relation tothe participation in this process.Bidders should note that it is unlikely that TUPE will apply to thiscontract.VI.4) Procedures for appealVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: In accordance withRegulation 32 (Information about contract award procedures and theapplication of the standstill period prior to contract award) andRegulation47 (Enforcement of Obligations) of the Public ContractsRegulations 2006 and Public Contracts (Amendments) Regulations 2009.VI.5) Date of dispatch of this notice:16.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Recruitment services PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279601-2013 JOURNAL NUMBER: 160 SPECIFICATION DUE: 13/09/2013 DEADLINE: 13/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: 3 - Submission for one or more lots CRITERIA: 2 - The most economic tender CPV CODE(S): 79600000 Recruitment services AGENCY: OXFORD HEALTH NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Oxford Health NHS Foundation TrustTrust Headquarters, 4000 John Smith DriveContact point(s): https://www.nhssourcing.co.uk/For the attention of: Hannah FisherOX4 2GX OxfordUNITED KINGDOMTelephone: +44 8451300161E-mail: [email protected] address(es):General address of the contracting authority: www.oxfordhealth.nhs.ukAddress of the buyer profile: www.nhssourcing.co.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)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 contractingauthorities: no

Section II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Agency staff and locums.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 22: Personnel placement and supply servicesMain site or location of works, place of delivery or of performance:Within Oxford Health NHS Foundation Trust, our services span across 4divisions:— children and families,— community services,— mental health,— specialist services.More details of the locations of where these services are delivered may befound here: http://www.oxfordhealth.nhs.uk/service-directory/.The resulting contract will be made available to other NHS bodies (whetheracting individually, or on behalf of, or together as members of anyconsortia) along with any other non-NHS bodies which the participants deemnecessary for the delivery of services or goods to NHS bodies, localauthorities, other government departments or non departmental publicbodies charged with the delivery of healthcare or health related services(only through the prior approval of Oxford Health NHS Foundation Trust).NUTS code UKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.4) Information on framework agreementFramework agreement with a single operatorDuration of the framework agreementDuration in months: 36Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT:Range: between 5 000 000 and 5 500 000 GBPII.1.5) Short description of the contract or purchase(s)The Trust is reviewing its process for recruiting flexible staff viaagencies. Recruitment agencies are currently used after the prior optionsof sessional workers and bank staff has been exhausted. Agencies need tobe able to provide quality, experienced staff, often at short notice, atcompetitive rates for all shift types. Flexible staff required varies fromnursing staff, locums and allied health professionals. These include butare not limited to:Registered General Nurses covering the full range of job roles and bands,Dental Nurses, Clinical Support Workers, Locums, Arts Therapy; Chaplaincy;Clinical Psychology, Counselling and Psychotherapy; Diagnostic andTherapeutic Radiography; Dietetics; Generic Therapy; Health Promotion;Orthoptists; Occupational Therapy; Physiotherapy; Play Specialists;Podiatry; Public Health – Health improvement; Sexual Health and Speech andLanguage Therapy.

II.1.6) Common procurement vocabulary (CPV)79600000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: yesTenders may be submitted for one or more lotsII.1.9) Information about variantsVariants will be accepted: yesII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Estimated value excluding VAT:Range: between 5 000 000 and 5 500 000 GBPII.3) Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)Information about lotsLot No: 1Lot title: Nursing.1) Short descriptionRefer to section II.1.5 and Service Brief.2) Common procurement vocabulary (CPV)796000003) Quantity or scopeBlank.5) Additional information about lotsThe Contracting Authority intends to use an eTendering system in thisprocurement exercise and reserves the right to use a reverse auction.Lot No: 2Lot title: Allied health professions.1) Short descriptionRefer to section II.1.5 and Service Brief.2) Common procurement vocabulary (CPV)796000005) Additional information about lotsThe Contracting Authority intends to use an eTendering system in thisprocurement exercise and reserves the right to use a reverse auction.Lot No: 3Lot title: Locums1) Short descriptionRefer to section II.1.5 and Service Brief.2) Common procurement vocabulary (CPV)796000005) Additional information about lotsThe Contracting Authority intends to use an eTendering system in thisprocurement exercise and reserves the right to use a reverse auction.Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:Parent company or other guarantees, bonds, deposits, insurance or otherforms of security may be required in certain circumstances. See theinvitation to tender for further details.

III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:Oxford Health NHS Foundation Trust reserves the right to require groupingsof contractors to take a particular legal form or to require one party toundertake primary legal liability or to require that each party undertakesjoint and several liability.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Submission of expression of interest and procurement specificinformation. This procurement exercise will be conducted on theBravoSolution e-procurement portal at https://www.nhssourcing.co.uk.Candidates wishing to be considered for this contract must register theirexpression of interest and provide additional procurement specificinformation through the portal as follows:(i) Candidates should register on the BravoSolution e-procurement portalat https://www.nhssourcing.co.uk;(ii) Once registered, candidates must express their interest as follows a)login to the portal b) select “View current opportunities and notices” c)access the listing related to this contract Agency Staff and Locums andview details d) click on Express Interest button;(iii) Once you have expressed interest, please access the My PQQs /My ITTspage, where you can construct your reply as instructed. You must thenpublish your reply using the publish button;(iv) For any support in submitting your expression of interest pleasecontact the eTendering Help-desk at +44 8003684850 [email protected]) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Refer to Pre-Qualification Questionnaire (PQQ).III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Refer to Pre-Qualification Questionnaire (PQQ).III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 5IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or in

the descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: yesAdditional information about electronic auction: Oxford Health NHSFoundation Trust reserves the right to use an electronic auction as partof the tendering process, if appropriate.IV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:T490/OHFT/HF.IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 13.9.2013IV.3.4) Time limit for receipt of tenders or requests to participate13.9.2013 - 17:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain thetenderin days: 90 (from the date stated for receipt of tender)Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.4) Procedures for appealVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: On a voluntarybasis only, Oxford Health NHS Foundation Trust will incorporate a minimum10 calendar day standstill period at the point information on the award ofcontract is communicated to bidders. Where the 10 day period expires on aSaturday or Sunday, or a Bank Holiday, the standstill period will expireat midnight on the next working day. By way of example only, if thestandstill notice is issued on Thursday that standstill period will expireat midnight on the following but one Monday.If an appeal regarding the award of a contract has not been successfullyresolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide foraggrieved parties who have been harmed or are at risk of harm by a breachof the rules to take action in the High Court (England, Wales and NorthernIreland).VI.5) Date of dispatch of this notice:14.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Business services: law, marketing, consulting, recruitment, printing and security PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279745-2013 JOURNAL NUMBER: 160 SPECIFICATION DUE: DEADLINE: 17/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 79000000 Business services: law, marketing, consulting, recruitment, printing and, security AGENCY: COUNTY DURHAM PROCUREMENT CONSORTIUM ON BEHALF OF COUNTY DURHAM AND DARLINGTON NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)County Durham Procurement Consortium on behalf of County Durham andDarlington NHS Foundation TrustProcurement Department, Bede House, Belmont Business Park, DurhamFor the attention of: Lindsay HarrisDH1 1TW DurhamUNITED KINGDOMTelephone: +44 1913332883Further information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)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 contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:

International Marketing and Recruitment - Consultants.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesNUTS codeII.1.5) Short description of the contract or purchase(s)County Durham and Darlington NHS Foundation Trust is looking to source asupplier to provide an introductory consultant recruitment service toinclude advertising and a marketing campaign. This opportunity is for 12months plus the option to extend for 12 months.To express your interest in this opportunity please go to the link belowand follow the online instructions:http://events.transaxions.com/service.aspx?event=6627II.1.6) Common procurement vocabulary (CPV)79000000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: yesII.3) Duration of the contract or time limit for completionDuration in months: 24 (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:Appropriate statement from bankers.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:Further details will be provided to those who express interest in thisopportunity and/or are invited to tender.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:Further details will be provided to those who express interest in thisopportunity and/or are invited to tender.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: In accordance with articles 45 to 50 at Directive 2004/18/EC andRegulations 23 to 25 of the Public Contracts Regulations 2006 and as setout in the relevant contract documents and other documentation includingprequalification.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: In accordance with article 47 of Directive 2004/18/ ECandRegulations 24 of the Public Contracts Regulations 2006.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:In accordance with article 47 of Directive 2004/18/EC and Regulation 24 of

the Public Contracts Regulations 2006.Section IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateObjective criteria for choosing the limited number of candidates: As perPQQ/tender documentation.IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:SP817IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate17.9.2013 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationAny resulting contract(s) will be considered as contract(s) made inEngland according to English law and will be subject to the exclusivejurisdiction of the English Courts. The Contracting Authority reserves theright to approve any and all sub-contractor appointments the successfultenderer intends to make. Tenders and all supporting documents must bepriced in pounds sterling. The Contracting Authority is not liable for anycosts incurred by those expressing an interest or tendering for thiscontract including but not limited to where the contract award procedureis cancelled for any reason. No reimbursement shall be available in anycircumstances. Please note despite the answer with reference to lots theabove Contracting Authority will in its absolute discretion, considerdivision into lots. Acceptance of variant bids will only apply at theabsolute discretion of the Contracting Authority. It is anticipated thatthe contract will have a duration of 24 months All figures provided inthis notice are approximate and any dates detailed in this notice areapproximate.

VI.5) Date of dispatch of this notice:16.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Taxi services PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279757-2013 JOURNAL NUMBER: 160 SPECIFICATION DUE: DEADLINE: 16/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: Z - Not specified 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): 60120000 Taxi services AGENCY: NHS WALES PROCUREMENT SERVICES COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)NHS Wales Procurement ServicesBevan House, 24-30 Lambourne Crescent, LlanishenContact point(s): Procurement - CWM TAF Health BoardFor the attention of: Jannine CreesCF14 5GF CardiffUNITED KINGDOMTelephone: +44 2920315500E-mail: [email protected]: +44 2920315450Internet address(es):General address of the contracting authority:http://www.procurement.wales.nhs.ukAddress of the buyer profile:http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221Further information can be obtained from: NHS Wales Procurement ServicesBevan House, 24-30 Lambourne Crescent, LlanishenContact point(s): Procurement - CWM TAF Health BoardFor the attention of: Jannine CreesCF14 5GF CardiffUNITED KINGDOMTelephone: +44 2920315500E-mail: [email protected]: +44 2920315450Internet address: http://www.procurement.wales.nhs.ukSpecifications and additional documents (including documents for

competitive dialogue and a dynamic purchasing system) can be obtainedfrom: NHS Wales Procurement ServicesBevan House, 24-30 Lambourne Crescent, LlanishenContact point(s): Procurement - CWM TAF Health BoardFor the attention of: Jannine CreesCF14 5GF CardiffUNITED KINGDOMTelephone: +44 2920315500E-mail: [email protected]: +44 2920315450Internet address: http://www.procurement.wales.nhs.ukTenders or requests to participate must be sent to: NHS Wales ProcurementServicesBevan House, 24-30 Lambourne Crescent, LlanishenContact point(s): Procurement - CWM TAF Health BoardFor the attention of: Jannine CreesCF14 5GF CardiffUNITED KINGDOMTelephone: +44 2920315500E-mail: [email protected]: +44 2920315450Internet address: http://www.procurement.wales.nhs.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 contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:T306 provision of taxi and private hire services.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 2: Land transport services [2], including armoured carservices, and courier services, except transport of mailMain site or location of works, place of delivery or of performance:Merthyr Tydfil and Rhondda Cynon Taff and surrounding areas.NUTS code UKL15II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Provision of Taxi & Private Hire Services for Cwm Taf Health Board.Note: The authority is using eTenderwales to carry out this procurementprocess. Please note this is a separate website and if you are not alreadyregistered, registration will be required.To access eTenderwales, express your interest in this notice and accessthe tender documentation please visit

https://etenderwales.bravosolution.co.uk/web/login.shtml and search forPQQ/ITT code PQQ 30940 within the appropriate area.II.1.6) Common procurement vocabulary (CPV)60120000II.1.8) LotsThis contract is divided into lots: yesTenders may be submitted for one or more lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Estimated Annual Number of journeys:North Region – Lot 1Ad Hoc – 24,000 miles per annum (approximate);G P Out of Hours – 9,000 miles per annum (approximate).South region – Lot 2Ad Hoc – 30,000 miles per annum (approximate);G P Out of Hours – 7,000 miles per annum (approximate).Lot 3504 journeys per annum (journeys too and from Day care centre 2 5 days aweek 52 weeks a year minus BH);Up to 10 clients a day 5 days a week.Lot 4Palliative Care – 8,000 miles (approximate);Childrens Centre – 30,000 miles (approximate).Lot 5Requirement dependant on inclement weather conditions.II.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis contract is subject to renewal: noII.3) Duration of the contract or time limit for completionDuration in months: 12 (from the award of the contract)Information about lotsLot No: 1Lot title: Lot 1 - The North Side of Cwm Taf Health Board1) Short descriptionThe Contractor is required to provide a car hire for the conveyance ofstaff, patients and light goods for both routine, ad hoc requirements andout of hours.2) Common procurement vocabulary (CPV)601200003) Quantity or scopeCurrent usage for lot 1 is detailed within appendix 1.4) Indication about different date for duration of contract orstarting/completionDuration in months: 12 (from the award of the contract)Lot No: 3Lot title: Client Transport Services for Older Persons Mental Health, KeirHardy Health Park1) Short description

The Contractor is required to provide transportation and conveyance withan escort for clients who attend the Day Care Centre 2 and occasionallystaff and carers. These clients will predominantly be over 65 years of ageand suffering from mental health problems such as anxiety, depression andconfusion.2) Common procurement vocabulary (CPV)601200003) Quantity or scopeAs per the estimated requirement, detailed within the specificaiton. 504journeys per annum (journeys too and from Day care centre 2, 5 days a week52 weeks a year minus BH). Up to 10 clients a day 5 days a week.4) Indication about different date for duration of contract orstarting/completionDuration in months: 12 (from the award of the contract)Lot No: 2Lot title: Lot 2 - The South Side of Cwm Taf Health Board1) Short descriptionThe Contractor is required to provide a car hire for the conveyance ofstaff, patients and light goods for both routine, ad hoc requirements andout of hours.2) Common procurement vocabulary (CPV)601200003) Quantity or scopeCurrent usage for lot 1 is detailed within appendix 2.4) Indication about different date for duration of contract orstarting/completionDuration in months: 12 (from the award of the contract)Lot No: 4Lot title: Client Transport Services for Palliative Care (Ysbyty CwmCynon) and Children's Centre, Ysbyty Cwm Cynon1) Short descriptionThe Contractor is required to provide transportation with wheelchairaccess and conveyance with an escort for clients who attend the PalliativeCare Day Hospital and occasionally staff and carers, patients should becarried in the rear of the taxi up to a maximum of 2 patients. TheContractor is also required to provide a wheelchair and car hire for theconveyance of patients for both routine and ad hoc requirements fromChildren's Centre. Please note there are acknowledged variations in theusage of Children's Centre service there are peeks in the number ofclinics that are run during school holidays, this gives rise to anincrease in the number of taxi's required to bring patients into clinic.2) Common procurement vocabulary (CPV)601200003) Quantity or scopeCurrent usage for lot 1 is detailed within appendix 1.4) Indication about different date for duration of contract orstarting/completionDuration in months: 12 (from the award of the contract)Lot No: 5Lot title: Adverse Whether Provision for Cwm Taf Health Board1) Short description

The Contractor is required to provide a 4 x 4 Vehicle or alternativevehicles suitably equipped for safe use in adverse weather conditions suchas snow or ice. Where vehicles, do not have 4 x 4 capability, they may beequipped with snow chains or snow socks. The contractor shall at all timesbe responsible for ensuring that any vehicles they allocate for use underthis contract is appropriate for the prevailing road conditions to ensuresafe use for the conveyance of staff, specimens, blood, internal mail,pharmacy and light goods for both routine, ad hoc requirements and out ofhours. Vehicles used must have a minimum seat capacity of 3+ driver.2) Common procurement vocabulary (CPV)601200003) Quantity or scopeRequirement is dependent on periods of inclement weather conditions.4) Indication about different date for duration of contract orstarting/completionDuration in months: 12 (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.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: (1) All candidates will be required to produce a certificate ordeclaration demonstrating that they are not bankrupt or the subject of anadministration order, are not being wound-up, have not granted a trustdeed, are not the subject of a petition presented for sequestration oftheir estate, have not had a receiver, manager or administrator appointedand are not otherwise apparently insolvent.(2) All candidates will be required to produce a certificate ordeclaration demonstrating that the candidate, their directors, or anyother person who has powers of representation, decision or control of thecandidate has not been convicted of conspiracy, corruption, bribery, ormoney laundering. Failure to provide such a declaration will result in thecandidate being declared ineligible and they will not be selected toparticipate in this procurement process.(3) All candidates will be required to produce a certificate ordeclaration demonstrating that they have not been convicted of a criminaloffence relating to the conduct of their business or profession.(4) All candidates will be required to produce a certificate ordeclaration demonstrating that they have not committed an act of gravemisconduct in the course of their business or profession.(5) All candidates must comply with the requirements of the State in whichthey are established, regarding registration on the professional or traderegister.(6) Any candidate found to be guilty of serious misrepresentation inproviding any information required, may be declared ineligible and notselected to continue with this procurement process.(7) All candidates will have to demonstrate that they are licensed, or amember of the relevant organisation, in the State where they are

established, when the law of that State prohibits the provision of theservices, described in this notice, by a person who is not so licensed orwho is not a member of the relevant organisation.(8) All candidates will be required to produce a certificate ordeclaration demonstrating that they have fulfilled obligations relating tothe payment of social security contributions under the law of any part ofthe United Kingdom or of the relevant State in which the candidate isestablished.(9) All candidates will be required to produce a certificate ordeclaration demonstrating that they have fulfilled obligations relating tothe payment of taxes under the law of any part of the United Kingdom or ofthe relevant State in which the economic operator is established.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: (1) All candidates will be required to provide a reference fromtheir bank.(2) All candidates will be required to provide evidence of relevantprofessional risk indemnity insurance.(3) All candidates will be required to provide a statement, covering the 3previous financial years including the overall turnover of the candidateand the turnover in respect of the activities which are of a similar typeto the subject matter of this notice.(4) All candidates will be required to provide statements of accounts orextracts from those accounts relating to their business.the bidder is established.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:(1) A statement of the candidate's average annual number of staff andmanagerial staff over the previous 3 years(2) Details of the educational and professional qualifications of theirmanagerial staff; and those of the person(s) who would be responsible forproviding the services or carrying out the work or works under thecontract;(3) All candidates will be required to provide certification from anindependent body attesting conformity to environmental managementstandards in accordance with the Community Eco-Management and Audit Scheme(EMAS); or the European standard BS EN ISO 14001.(4) All candidates will be required to provide certification drawn up byan independent body attesting the compliance of the economic operator withquality assurance standards based on the relevant European standards.(5) Certificates drawn up by official quality control institutes oragencies of recognised competence attesting the conformity of productsclearly identified by references to specifications or standards.(6) Samples, descriptions and/or photographs, the authenticity of whichmust be certified if the contracting authority so requests.(7) A statement of the principal goods sold or services provided by thesupplier or the services provider in the past 3 years, detailing the dateson which the goods were sold or the services provided; the considerationreceived; the identity of the person to whom the goods were sold or theservices were provided

(8) A check may be carried out by the contracting authority or by acompetent official body of the State in which the candidate isestablished, to verify the technical capacity of the candidate; and ifrelevant, on the candidates study and research facilities and qualitycontrol measures;(9) A statement of the candidate's technical facilities; measures forensuring quality; and their study and research facilities;(10) An indication of the proportion of the contract which the servicesprovider intends possibly to subcontract.(11) A statement of the technicians or technical services available to thecandidate to carry out the work under the contract; or be involved in theproduction of goods or the provision of services under the contract;particularly those responsible for quality control, whether or not theyare independent of the candidate.(12) A statement of the tools, plant or technical equipment available tothe service provider or contractor for carrying out the contract.(13) A list of works carried out over the past 5 years, detailing thevalue of the consideration received; when and where the work or works werecarried out; and whether they were carried out according to the rules ofthe trade or profession and properly completed.Section IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged number of operators: 5IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:T306IV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate16.9.2013 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates1.10.2013IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: yesEstimated timing for further notices to be published: This notice is

applicable to a contract award for 1 year with an option to extend plus 1year plus 1 year. Therefore should the contract be fully extended the nextnotice will fall in August of 2016.VI.3) Additional information(WA Ref:1362).VI.5) Date of dispatch of this notice:15.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Enteral feeds PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279775-2013 JOURNAL NUMBER: 160 SPECIFICATION DUE: DEADLINE: 02/10/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 8 - Other TYPE OF BID: 3 - Submission for one or more lots CRITERIA: 2 - The most economic tender CPV CODE(S): 33692300, 33140000, 42122411, 85312200 Enteral feeds, Medical consumables, Nutritional pumps, Homedelivery of provisions AGENCY: NHS SHARED BUSINESS SERVICES LTD (NHS SBS) COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)NHS Shared Business Services Ltd (NHS SBS)Halyard Court, 31 Broadway, The QuaysFor the attention of: Sarah GolbyM50 2UW SalfordUNITED KINGDOMTelephone: +44 1612123716E-mail: [email protected] address(es):General address of the contracting authority: http://www.sbs.nhs.uk/Further information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityOther: Joint venture between the Department of Health and SteriaI.3) Main activityGeneral public servicesHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesSection II: Object of the contract

II.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Enteral Feeds - Central Manchester University Hospitals NHS FoundationTrust, The Christie NHS Foundation Trust and Pennine Care NHS FoundationTrust.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 25: Health and social servicesMain site or location of works, place of delivery or of performance: UK.NUTS code UKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Enteral Nutrition Services for:Central Manchester University Hospitals NHS Foundation Trust.The Christie NHS Foundation Trust and Pennine Care NHS Foundation Trustfor:— Sip and enteral tube feeds in the acute hospital settings (adults andpaediatrics),— Enteral tube feeds, pumps and sets for all paediatric home enterallytube fed patients (HETF) living in Manchester,— Enteral tube feeds, pumps and sets for all adult and paediatric homeenterally fed patients (HETF) living in Trafford (dietetic service managedvia Pennine Care NHS Foundation Trust).II.1.6) Common procurement vocabulary (CPV)33692300, 33140000, 42122411, 85312200II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: yesTenders may be submitted for one or more lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:This Tender and the Contract thus formed comprises of three ‘elements':— Lot 1 - Adultso CMFT all hospital sites ( MRI, REH, SMH, UDH and TH) (pumps/sets &feeds),o The Christie NHS Foundation Trust,o Trafford community ( adults)- (pumps and ancillaries),— Lot 2 - Childreno RMCH(pumps/sets & feeds),o Manchester community ( pumps and ancillaries),o Trafford community ( pumps and ancillaries),— Lot 3 - Adults and Children.o The third element is the combined provision of services as described inlot 1 and lot 2 above. In the ideal scenario it is the preferred option.Together they provide a complete service for the provision of Enteral

Nutrition Services.Estimated value excluding VAT: 2 500 000 GBPII.2.2) Information about optionsOptions: noII.3) Duration of the contract or time limit for completionDuration in months: 84 (from the award of the contract)Information about lotsLot No: 1Lot title: Adults1) Short descriptiono CMFT all hospital sites ( MRI, REH, SMH, UDH and TH) (pumps/sets &feeds)o The Christie NHS Foundation Trusto Trafford community ( adults)- (pumps and ancillaries)2) Common procurement vocabulary (CPV)33692300, 33140000, 42122411, 85312200Lot No: 2Lot title: Children1) Short descriptiono RMCH(pumps/sets & feeds)-o Manchester community ( pumps and ancillaries)o Trafford community ( pumps and ancillaries)2) Common procurement vocabulary (CPV)33692300, 33140000, 42122411, 85312200Lot No: 3Lot title: Adults & Children1) Short descriptiono The third element is the combined provision of services as described inlot 1 and lot 2 above. In the ideal scenario it is the preferred option.2) Common procurement vocabulary (CPV)33692300, 33140000, 42122411, 85312200Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:Details will be included in the procurement documentation available fordownload from EU supply eTendering portal: https://nhssbs.eu-supply.com.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:Details will be included in the procurement documentation available fordownload from EU supply eTendering portal: https://nhssbs.eu-supply.com.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:Details will be included in the procurement documentation available fordownload from EU supply eTendering portal: https://nhssbs.eu-supply.com.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: This procurement exercise will be conducted on the EU supply

eTendering portal at: https://nhssbs.eu-supply.com.Candidates wishing to be considered for this agreement must register theirexpression of interest and provide additional procurement specificinformation through this portal.To register interest:1) Go to ‘Current Tender Opportunities' from the eTendering portal loginpage: https://nhssbs.eu-supply.com2) Find the tender listed and click on the title. This will take you tothe letter of invitation.3) If you are not a registered user of EU Supply follow the ‘Onlineregistration' link otherwise follow the ‘Login' link and enter usernameand password.4) Once logged in ‘Accept' the invitation to register your interest in theopportunity. You will then be taken direct to the tender response screen.5) Go to the ‘Access Documents' folder on the response screen to view anddownload tender documentation.Further guidance on how to access and respond to the opportunity isavailable in the ‘Quick Guide for Suppliers' which is available fordownloading from the main portal login page: https://nhssbs.eu-supply.com(follow link: ‘Quick Guide for Suppliers').For any support in submitting your response please contact EU SupplyHelpdesk at [email protected] (Tel: 08008402050) quoting the tender IDnumber.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Details will be included in the procurement documentationavailable for download from EU supply eTendering portal:https//nhssbs.eu-supply.com.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Details will be included in the procurement documentation available fordownload from EU supply eTendering portal: https//nhssbs.eu-supply.com.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 ofthe staff responsible for the execution of the service: 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 statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority:SBS/13/SG/FA/8453IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate2.10.2013 - 16:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationTo receive more information about this tender, including any amendmentsand/or clarifications and to request any clarifications and/or to respondto this tender, you must register your interest to this tender on thefollowing site:https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=7152&B=NHSSBSVI.4) Procedures for appealVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: OJEU proceduresinclude a minimum 10 calendar day standstill period at the pointinformation on the award of the contract is communicated to bidders. Thisperiod allows unsuccessful bidders to seek further debriefing from thecontracting authority before the contract is entered into. Suchinformation should be requested from NHS SBS. If an appeal regarding theaward of a contract has not been successfully resolved the PublicContracts Regulations 2006 (SI 2006 No 5) provide for aggrieved partieswho have been harmed or are at risk of harm by a breach of the rules totake action in the High Court (England, Wales and Northern Ireland). Anysuch action must be brought promptly.VI.4.3) Service from which information about the lodging of appeals maybe obtainedNHS Shared Business Services (NHS SBS)Halyard Court, 31 Broadway, The QuaysM50 2UW SalfordUNITED KINGDOMVI.5) Date of dispatch of this notice:15.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Horticultural services PUBLISHED ON: 20/08/2013 DOCUMENT NUMBER: 279793-2013 JOURNAL NUMBER: 160 SPECIFICATION DUE: 04/10/2013 DEADLINE: 04/10/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority TYPE OF BID: 3 - Submission for one or more lots CRITERIA: 2 - The most economic tender CPV CODE(S): 77300000 Horticultural services AGENCY: EAST OF ENGLAND AMBULANCE SERVICE NHS TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)East of England Ambulance Service NHS TrustBedford Office, Hammond Road BedfordFor the attention of: Sue CousinsMK41 0RG BedfordUNITED KINGDOMTelephone: +44 1234243126E-mail: [email protected] address(es):General address of the contracting authority: http://www.eastamb.nhs.ukFurther information can be obtained from: East of England AmbulanceService NHS TrustBedford Office Hammond, Road BedfordFor the attention of: Sue CousinsMK41 0RG BedfordUNITED KINGDOMTelephone: +44 1234243126E-mail: [email protected] address: http://www.eastamb.nhs.ukSpecifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityMinistry or any other national or federal authority, including their

regional or local sub-divisionsI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:13-T22 Grounds and Gardens Maintenance.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 14: Building-cleaning services and property managementservicesMain site or location of works, place of delivery or of performance: Eastof England Ambulance Service NHS TrustHammond RoadBedfordMK41 0RG.NUTS code UKHII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with several operatorsmaximum number of participants to the framework agreement envisaged: 5Duration of the framework agreementDuration in months: 36Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT: 120 000 GBPII.1.5) Short description of the contract or purchase(s)To provide fully comprehensive horticultural grounds and maintenanceservice to all sites for which the East of England Ambulance Service NHSTrust is responsible.II.1.6) Common procurement vocabulary (CPV)77300000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: yesTenders may be submitted for one or more lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Fully comprehensive Horticultural grounds and maintenance services acrossthe East of England divided into county lots.Estimated value excluding VAT: 120 000 GBPII.2.2) Information about options

Options: noII.2.3) Information about renewalsThis contract is subject to renewal: yesNumber of possible renewals: 2In the case of renewable supplies or service contracts, estimatedtimeframe for subsequent contracts:in months: 12 (from the award of the contract)II.3) Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)Information about lotsLot No: 1Lot title: Lot 1: Beds & Herts1) Short descriptionFully comprehensive horticultural and grounds maintenance at sites inBedfordshire and Hertfordshire.2) Common procurement vocabulary (CPV)773000003) Quantity or scopeFully comprehensive horticultural and grounds maintenance at sites inBedfordshire and Hertfordshire.Estimated value excluding VAT:Range: between 10 000 and 30 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)Lot No: 2Lot title: Lot 2: Essex1) Short descriptionFully comprehensive horticultural and grounds maintenance at sites inEssex.2) Common procurement vocabulary (CPV)773000003) Quantity or scopeFully comprehensive horticultural and grounds maintenance at sites inEssex.Estimated value excluding VAT:Range: between 10 000 and 50 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)Lot No: 3Lot title: Lot 3: Norfolk1) Short descriptionFully comprehensive horticultural and grounds maintenance at sites inNorfolk.2) Common procurement vocabulary (CPV)773000003) Quantity or scopeFully comprehensive horticultural and grounds maintenance at sites inNorfolk.Estimated value excluding VAT:

Range: between 10 000 and 50 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)Lot No: 4Lot title: Lot 4: Suffolk1) Short descriptionFully comprehensive horticultural and grounds maintenance at sites inSuffolk.2) Common procurement vocabulary (CPV)773000003) Quantity or scopeFully comprehensive horticultural and grounds maintenance at sites inSuffolk.Estimated value excluding VAT:Range: between 10 000 and 40 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)Lot No: 5Lot title: Lot 5: Cambridgeshire1) Short descriptionFully comprehensive horticultural and grounds maintenance at sites inCambridgeshire.2) Common procurement vocabulary (CPV)773000003) Quantity or scopeFully comprehensive horticultural and grounds maintenance at sites inCambridgeshire.Estimated value excluding VAT:Range: between 10 000 and 40 000 GBP4) Indication about different date for duration of contract orstarting/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:All information is within the tender documentation.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:All information is within the tender documentation.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:All information is within the tender documentation.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: All information is within the tender documentation.

III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: All information is within the tender documentation.Minimum level(s) of standards possibly required: All information is withinthe tender documentation.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:All information is within the tender documentation.Minimum level(s) of standards possibly required:All information is within the tender documentation.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 ofthe 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 totender or to participateEnvisaged minimum number 5: and maximum number 30Objective criteria for choosing the limited number of candidates: Minimumscore of 80 % at PQQ stage.IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:13-T22IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 4.10.2013 - 13:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate4.10.2013 - 13:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: no

VI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresCentre for Effective Dispute Resolution70 Fleet StreetEC4Y 1EU LondonUNITED KINGDOMInternet address: http://www.cedr.comVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Deadline forlodging appeals is 15 calendar days from date of award notification tobidders.VI.4.3) Service from which information about the lodging of appeals maybe obtainedChief Executive, East of England Ambulance Service NHS TrustUnit 1020 Cambourne, Business Park CambourneCB23 6EN CambridgeUNITED KINGDOMVI.5) Date of dispatch of this notice:16.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Accounting, auditing and fiscal services PUBLISHED ON: 21/08/2013 DOCUMENT NUMBER: 281154-2013 JOURNAL NUMBER: 161 SPECIFICATION DUE: 04/09/2013 DEADLINE: 11/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 79200000, 66170000, 79400000 Accounting, auditing and fiscal services, Financial consultancy, financial transaction processing and clearing-house, services, Business and management consultancy and related services AGENCY: MOJ PROCUREMENT COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)MoJ ProcurementMinistry of Justice Category Management Team - North Units 8&9 FryerswayOssettContact point(s): Bruce CharltonWF5 9TJ WakefieldUNITED KINGDOMTelephone: +44 1924205710E-mail: [email protected]: +44 1924205702Internet address(es):General address of the contracting authority:http://www.justice.gov.uk.about/procurement.htmAddress of the buyer profile: http://www.justice.gov.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityMinistry or any other national or federal authority, including theirregional or local sub-divisions

I.3) Main activityGeneral public servicesPublic order and safetySocial protectionI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Financial and technical accounting services to support financial accountsproduction.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 27: Other servicesMain site or location of works, place of delivery or of performance:England and Wales.NUTS code UKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementDuration of the framework agreementDuration in years: 4Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT:Range: between 12 000 000 and 16 000 000 GBPFrequency and value of the contracts to be awarded: 4 years.II.1.5) Short description of the contract or purchase(s)The Ministry of Justice and Department for Education are putting in placea framework agreement with a single provider. The Framework is to providea high quality, specialised managed financial and technical accountingservice.Within this, the MoJ seeks to let a Lot to provide support to support theproduction and delivery of its year end accounts on an annual basis for a3 year period with a provision for extension by a further one yearcommencing with the 2013/14 financial accounts. This is to support theDepartmental aim of producing unqualified sets of annual financialaccounts prior to the Summer Parliamentary Recess and to the requiredtimetable for government departments under the 'Clear Line of Sight'initiative.Scope of Contract:To provide a high quality, specialised managed financial and technicalaccounting service as part of an MoJ and DfE framework. To support the MoJand subsidiary bodies in producing its year-end financial accounts on anannual basis for a 3 year period with a provision for extension by afurther one year, commencing with the 2013/14 financial accounts.Service to cover the following elements:The following linked elements to be provided as part of a specialised

managed financial and technical accounting service:— Advocacy – proactively identifying issues and taking robust positions ofadvocacy to drive issues to conclusion, often to challenging timetables,with external stakeholders,— Centre of technical accounting excellence – expert technical advice,research, and support to accounting teams on specific issues arising,— Independent assurance – providing independent assurance on theimplementation of and delivery of the accounts,— Experienced Accounts production expertise – providing varying levels offlexible support to finance teams, supporting the production of keydeliverables at peak periods across the accounting cycle,— Accounts consolidation – strategic and technical expertise to undertakethe consolidation of the accounts from the department and reportingbodies,— Accounts delivery management – Establishment of a robust accountsproduction timetable plus proactive oversight and delivery of itsimplementation throughout the financial year. Proactive identification,management and monitoring of risks and issues. Overall production andlaying of the accounts must meet required timescales for CLoS and HMT andstatutory deadlines,— Financial improvement activities,— Knowledge transfer.II.1.6) Common procurement vocabulary (CPV)79200000, 66170000, 79400000II.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: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Bidders need to be aware that the bulk of this requirement (90 % plus)will fall to the MoJ, the DfE's requirement is small in comparison.Estimated value excluding VAT:Range: between 12 000 000 and 16 000 000 GBPII.2.2) Information about optionsOptions: 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.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:No special legal form is required but if a contract is awarded to aconsortium, the Contracting Authority may require the consortium to form alegal entity before entering into the Framework Agreement.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions: The performance of the contract issubject to particular conditions: yes.

Description of particular conditions: any other condition as specified inthe tender documentation.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: yesReference to the relevant law, regulation or administrative provision:Execution should be reserved to the accountancy profession.III.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: 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 statedbelow1. Delivery Methodology.. Weighting 302. Approach and Risks.. Weighting 103. Delivery Capability.. Weighting 304. Conflicts of Interest.. Weighting 55. Costs of the service.. Weighting 25IV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:2986-1 – Professional Services-RFP.IV.3.2) Previous publication(s) concerning the same contractPrior information noticeof 23.1.2013IV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 4.9.2013 - 17:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate11.9.2013 - 17:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain thetenderDuration in months: 3 (from the date stated for receipt of tender)IV.3.8) Conditions for opening of tendersDate: 12.9.2013 - 09:00Place:Wakefield.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: yesEstimated timing for further notices to be published: 4 years.

VI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationThe Ministry of Justice came into being in May 2007. It brought togetherthe responsibilities of the Department for Constitutional Affairs, theNational Offender Management Service and the Office for Criminal JusticeReform.The year-end financial accounts of the Ministry consolidate the accountsof the National Offender Management Service, HM Courts and TribunalsService, the Legal Services Commission and certain of the Department'sArm's Length Bodies.Scope of contract.The following linked elements to be provided as part of a specialisedmanaged financial and technical accounting service:— Advocacy – proactively identify issues and to take robust positions ofadvocacy to drive issues through to conclusion, often to challengingtimetables, with external stakeholders,— Centre of technical accounting excellence – provide expert technicaladvice, research, expertise and support to the departmental accountingteams, to provide advice and advocacy on specific queries or issues whicharise in relation to the accounts, such as those raised during audit orarising from changes to technical guidance or from new and complextransactions undertaken during the reporting period,— Independent assurance – provide independent assurance on theimplementation of and delivery according to the accounts production plansand ensuring consistency in approach across the department; the operationof financial systems and processes to produce the year-end accounts;evaluations of issues and risks; proposed approaches to mitigate risks andresolve issues and progress thereon,— Experienced Accounts production expertise – embedded resources plus theability for flexible call off of targeted resource will provide support,on a flexible basis, to departmental finance teams, co-ordinating deliveryof the overall accounts timetable and supporting the production of keydeliverables at peak periods across the accounting cycle. The extent towhich flexible resource will be required will vary with the changingdemands of the financial accounting cycle. The provision of accountingservices must be sufficiently flexible that the level of support can bevaried depending on the requirements of the organisation.— Accounts consolidation – strategic and technical expertise to undertakethe consolidation of the accounts from across the organisation andreporting bodies;— Accounts delivery management – Establishment of a robust, granularAccounts production timetable for the Department and proactive oversightand delivery of its implementation throughout the financial year coveringthe:— accounts production across the Department, its agencies and ALBs;— accounts consolidation process;— audit process throughout the department and the production and laying ofthe Departmental Annual Report and Accounts.Proactively identifying, managing and monitoring risks and issues, and

provide regular progress reports. All sets of accounts to be delivered tothe accounts production project plan deadlines. Overall production andlaying of the accounts must meet required timescales for internalcompletion prior to audit, CLoS and HMT and statutory deadlines. Theaccounts produced by the provider must meet all relevant IFRS and otheraccounting standards and requirements.— Finance improvement activities - embedded resources to identify andimplement finance improvement activities that will better enable theDepartment and its bodies to meet the accounts production.— Knowledge transferExperience and skills sought include:— Recognised professional accountancy qualification with several years'post-qualification experience,— Experience of public sector accounts production in a large governmentdepartment,— Strong audit background or strong background of dealing with auditors onlarge, complex financial statement audits.— Appropriate Security Clearance is required.Registration.The Ministry of Justice eSourcing Portal – Emptoris – will be usedthroughout this procurement exercise. The eSourcing Portal is an onlineapplication that allows all potential providers to create and submit theirresponses to any Requests for Information, Requests for Quotes, orRequests for Proposals via the internet rather than inpaper form (wherethey have been invited to respond).If you are not registered on the eSourcing Portal please send an email [email protected] providing the following information:Organisation Name;Your Name;Contract email;Sourcing Reference Number: 2986-1 – Professional Services-N-RFPThe buyer will then contact you with the registration process. Onceregistered please confirm this with [email protected], toensure that you are added.If you are already registered on the eSourcing Portal, please contact therelevant buyer expressing your interest in the sourcing event. You willthen be notified by email when the sourcing event has been opened.Transparency.HM Government requires that tender documentation issued by governmentdepartments for contractsexceeding 10 000 GBP over the life of thecontract are published online (www.businesslink.gov.uk) for the generalpublic. The resulting contract shall also be published.The Ministry of Justice may use its discretion to redact information toprotect key commercial interest or on prescribed grounds. Thereforepotential providers who wish information not to be published if successfulshould secure agreements with the Ministry of Justice prior tosubmission.This could include key commercial interest, would be tradesecrets and commercial interests which would be prejudiced by publication,all following the test in section 43 of the Freedom of Information Act2000 http://www.justice.gov.uk/guidance/doc/foi-exemption-s43.pdfOnly documentation related to the award will be published.

The prescribed grounds for redaction are:(a) national security;(b) personal data;(c) information protected by intellectual property rights;(d) information which is not in the public interest to disclose (followingtests under the Freedom of Information Act 2000);(e) third party confidential information;(f) IT security; and(g) Prevention of fraud.Appointment of provider and award of contract.The Ministry of Justice reserves the right to reject all or any of thebids for the competition and not to appointany potential provider, withoutany liability on its part.Nothing in the OJEU prior information notice shall generate anycontractual obligations prior to the signature of acontract following thecompletion of the tender process.Freedom of information (FOI).The Freedom of Information Act came fully into force in 2005. If anyorganisation considers that any informationsupplied by them is eithercommercially sensitive or confidential in nature, this should behighlighted and thereasons for its sensitivities specified. In such casesthe relevant material will in response to FOI requests beexamined in thelight of exemptions provided for in the Act.The Contracting Authority is putting in place a Framework Agreement whichis accessible for use by the Ministry of Justice and the Department forEducation only.Bidders need to be aware that the bulk of this requirement (90 % plus)will fall to the MoJ, the DfE's requirement is small in comparison.VI.4) Procedures for appealVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: The authority willincorporate at least a 10 calendar day standstill period after contractaward decisions are taken but before contracts are signed. At that timeinformation on the bids and the award of the contract will be communicatedto all participants. This period allows unsuccessful bidders to seekfurther debriefing from the authority before the contract is entered into.VI.5) Date of dispatch of this notice:19.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Real estate services PUBLISHED ON: 21/08/2013 DOCUMENT NUMBER: 281162-2013 JOURNAL NUMBER: 161 SPECIFICATION DUE: DEADLINE: 30/09/2013 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: R - Regional or local Agency/Office TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 70000000, 70332200, 70332000, 70330000 Real estate services, Commercial property management services, Non-residential property services, Property management services of real estate on a fee or contract basis AGENCY: SCOTTISH ENTERPRISE COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Scottish EnterpriseAtrium Court, 50 Waterloo StreetContact point(s): ProcurementFor the attention of: Alison McMillanG2 6HQ GlasgowUNITED KINGDOMTelephone: +44 1592623159E-mail: [email protected]: +44 1592623149Internet address(es):General address of the contracting authority:http://www.scottish-enterprise.com/Address of the buyer profile:http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00398Further information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityRegional or local agency/officeI.3) Main activity

Economic and financial affairsI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Commercial Property Marketing Agent(s) – Building Nine, EdinburghBioquarter.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 14: Building-cleaning services and property managementservicesMain site or location of works, place of delivery or of performance:Edinburgh.NUTS code UKMII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Scottish Enterprise is seeking to commission a suitably experiencedproperty company / companies that is / are able to offer a comprehensiverange of commercial property services, including agency and developmentadvice in relation to the marketing of Building Nine and the widerEdinburgh BioQuarter site. The contract will be for a two year period withSE having the option to extend for a further one year period. It isanticipated that the contract will commence late October 2013. SE reservesthe right to award the contract on either a sole or joint agency basis,further to tender evaluation.Note: To register your interest in this notice and obtain any additionalinformation please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=275179The awarding authority has indicated that it will accept electronicresponses to this notice via a 'Tender Submission Postbox' facility.Further details of this facility are available athttp://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=275179Suppliers are advised to allow adequate time for uploading documents andto dispatch the electronic response well in advance of the closing time toavoid any last minute problems. The postbox closes precisely at the timestated.II.1.6) Common procurement vocabulary (CPV)70000000, 70332200, 70332000, 70330000II.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: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:

Scottish Enterprise is Scotland's main economic development agency andaims to deliver a significant, lasting effect on the Scottish economy. Ourrole is to help identify and exploit the best opportunities for economicgrowth. We support ambitious Scottish companies to compete within theglobal marketplace and help build Scotland's globally competitive sectors.We also work with a range of partners in the public and private sectors toattract new investment to Scotland and to help create a world-classbusiness environment.Scottish Enterprise is seeking to commission a suitably experiencedproperty company / companies that is / are able to offer a comprehensiverange of commercial property services, including agency and developmentadvice in relation to the marketing of Building Nine and the widerEdinburgh BioQuarter site. The contract will be for a two year period withSE having the option to extend for a further one year period. It isanticipated that the contract will commence late October 2013. SE reservesthe right to award the contract on either a sole or joint agency basis,further to tender evaluation.The BioQuarter (BQ) is Scotland's “flagship” life sciences project and akey component of Scottish Enterprise's (SE) business plan and the ScottishLife Science Strategy.It aims to create a medical, academic and commercial campus of globalscale. The project requires SE to work with its commercial developmentpartner, Alexandria Real Estate, the University of Edinburgh and NHSLothian, to establish The BioQuarter as one of the world's top 10 centresfor biomedical research and development, acting as a magnet for the bestscientists, clinicians, researchers and companies.The purpose of this brief is to invite proposals from suitably qualifiedand experienced commercial property agents, with evidenced knowledge ofthe science sector, to undertake the marketing, promotion and leasing inrespect of Nine, a multi-occupancy building and BioIncubator, togetherwith ad hoc advice on the future development of the Edinburgh BioQuarter.Proposals must be submitted in accordance with the instructions andtemplates in the attached Invitation to Tender. Should there be anyqueries with regard to this tender, then please submit electronicallyusing the Question and Answer facility within Public Contracts Scotland.Estimated value excluding VAT: 300 000 GBPII.2.2) Information about optionsOptions: yesDescription of these options: This contract will be for a period of twoyears, after which time, Scottish Enterprise will have the option toextend for a further one year period.Provisional timetable for recourse to these options:in months: 24 (from the award of the contract)II.2.3) Information about renewalsThis contract is subject to renewal: yesNumber of possible renewals: 1Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:Terms and conditions for financing and payment will be contained in the

invitation to tender.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:Please refer to Invitation to Tender.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Details are included in the Invitation to Tender document.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Details are included in the Invitation to Tender document.Minimum level(s) of standards possibly required: Due to the value andassessed risk associated with this commission, tenderers will be requiredto demonstrate a minimum average turnover of GBP 300000 over the last twoyears for which accounts/financial statements are required.III.3) Conditions specific to services contractsIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: yesSection 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 statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:P14-0020IV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate30.9.2013 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.3) Additional informationSuppliers must register interest in this contract opportunity through thePublic Contracts Scotland (PCS) procurement portal –www.publiccontractsscotland.gov.uk. The Invitation to Tender (ITT)documentation is available for download from there.Suppliers should submit their completed proposals through the securepostbox on Public Contracts Scotland no later than the deadline indicated.

On completion of submission an email confirmation will be sent to thesender. If you do not receive this email please contact Public ContractsScotland before the deadline. Dates and other information contained inthis notice are communicated as being indicative only and may be subjectto change. The contracting authority does not bind itself to accept thelowest or any offer. The contracting authority reserves the right toaccept part of one or more offers. The contracting authority will not beliable for any costs incurred by those expressing an interest in ortendering for this contract. Compliance with all relevant legislation isrequired during the tendering process and the terms of any resultingcontract. Bidders may be required to attend for interview. Any contractawarded will be subject to the law of Scotland. The contracting authorityreserves the right to source the services through existing frameworkagreements. The contracting authority reserves the right to assign all orpart of any contracts resulting from this process.(SC Ref:275179).VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresScottish GovernmentScottish Procurement, Europa House, 450 Argyle StreetG2 8LG GlasgowUNITED KINGDOME-mail: [email protected]: +44 1412425466Internet address:http://www.scotland.gov.uk/Topics/Government/Procurement/Selling/supplier-enquiriesBody responsible for mediation proceduresScottish GovernmentScottish Procurement, Europa House, 45 Argyle StreetG2 8LG GlasgowUNITED KINGDOME-mail: [email protected]: +44 1412425466Internet address:http://www.scotland.gov.uk/Topics/Government/Procurement/Selling/supplier-enquiriesVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: An economicoperator that suffers, or risks suffering, loss or damage attributable toa breach of duty under the Public Contracts (Scotland) Regulations 2006(SSI 2006/1) (as amended) may bring proceedings in the Sheriff Court orthe Court of Session.VI.4.3) Service from which information about the lodging of appeals maybe obtainedScottish GovernmentScottish Procurement, Europa House, 450 Argyle StreetG2 8LG GlasgowUNITED KINGDOME-mail: [email protected]: +44 1412425466Internet address:http://www.scotland.gov.uk/Topics/Government/Procurement/Selling/supplier-enquiries

VI.5) Date of dispatch of this notice:16.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Health and social work services PUBLISHED ON: 21/08/2013 DOCUMENT NUMBER: 281182-2013 JOURNAL NUMBER: 161 SPECIFICATION DUE: DEADLINE: 19/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 85000000 Health and social work services AGENCY: NHS STAFFORDSHIRE AND LANCASHIRE COMMISSIONING SUPPORT UNIT COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)NHS Staffordshire and Lancashire Commissioning Support UnitAnglesey House, Towers Business Park, StaffordshireFor the attention of: Susan HallWS15 1UL RugeleyUNITED KINGDOMTelephone: +44 7860733445E-mail: [email protected] address(es):General address of the contracting authority:https://cmcsu.bravosolution.co.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)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 contractingauthorities: yesSection II: Object of the contract

II.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Shropshire CCG Non-Emergency Patient Transport Services.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 25: Health and social servicesMain site or location of works, place of delivery or of performance:Shropshire, Telford & Wrekin and some out of county journeys.NUTS code UKG22II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Shropshire CCG, Telford & Wrekin CCG, Shrewsbury & Telford Hospital NHSTrust, Robert Jones & Agnes Hunt NHS Foundation Trust, ShropshireCommunity Health NHS Trust and South Staffordshire & Shropshire HealthcareNHS Foundation Trust are seeking expressions of interest to deliverNon-Emergency Patient Transport Services, including a limited number ofHigh Dependency Patient Transport.It is the intention of Shropshire CCG (Lead Commissioner) to award asingle contract to the successful bidder.II.1.6) Common procurement vocabulary (CPV)85000000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Shropshire CCG, Telford & Wrekin CCG, Shrewsbury & Telford Hospital NHSTrust, Robert Jones & Agnes Hunt NHS Foundation Trust, ShropshireCommunity Health NHS Trust and South Staffordshire& Shropshire HealthcareNHS Foundation Trust are seeking expressions of interest to deliverNon-Emergency Patient Transport Services, including a limited number ofHigh Dependency Patient Transport. We are seeking to contract with asuitably qualified and experienced single Provider for the provision of aNon-Emergency Patient Transport Service which shall operate 365 days perannum (366 days leap year). Full requirements shall be detailed in theService Specification at the ITT stage of this procurement.The Patient Transport Service (PTS) is a non-emergency transportationservice for patients whose condition is not considered an emergency. Thepurpose of the service is to transport non-emergency patients and a cohortof patients who require technician led support (not paramedic support) toand from Secondary Care Providers as well as Community locations (forexample Primary Care Centres, Community Clinics and Community privateclinics, GP Practices, Dental Practices, Optometrist Practices, privateand independent Providers, Nursing and residential homes) and alsoincludes out of county patient journeys.

Currently there are approximately 155 500 patient journeys per annum.The Lead Commissioner (Shropshire CCG) requires the Provider to meet thefollowing critical success factors throughout the duration of theContract:— To ensure best practice service provision.— To ensure service equality across all service user typesand backgrounds.— To maintain agreed capacity at all times.— To ensure waiting times for access to the service aremaintained.— To ensure the services offer value for money and areaffordable.The Provider shall be solely responsible for optimisation of itsoperations e.g. vehicle scheduling, staffing, asset deployment, investmentto deliver the defined service according to the required performancestandards.It is the intention of the Lead Commissioner to award a single contract toa single successful bidder.Candidates wishing to be considered must register their expression ofinterest and provide additional procurement specific information (bycompleting a PQQ) through the portal as follows:i) Candidates should register on the portal athttps://cmcsu.bravosolution.co.uk (registration and use of the website isfree of charge.ii) Once registered, canditates must express interest by:a. Logging-in to the CSU e-Tendering portalb. Selecting response to advert and PQQc. Select Open Access PQQd. Search for and access listing related to this contract and viewdetails.e. Click on Express Interest link.iii) Once you have expressed interest, access the MY PQQs page where youcan download documentation (if required) and construct your reply asinstructed.You must submit your reply on the website by the deadline stated. Fortechnical support in submitting your expression of interest contact theBravo Solution Help-Desk onTel: +44 8003684850 or Email: [email protected] III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:Parent company or other guarantees may be required in certaincircumstances. See the invitation to offer for further detailsIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Information and formalities necessary for evaluating ifrequirements are met:Any supplier may be disqualified who: (a) is bankruptor is being wound up, where his affairs are being administered by thecourt, where he has entered into an arrangement with creditors, where he

has suspended business activities or is in any analogous situation arisingfrom a similar procedure under national laws and regulations; (b)is thesubject of proceedings for a declaration of bankruptcy, for an order forcompulsory winding up or administration by the court or of an arrangementwith creditors or of any other similar proceedings under national laws andregulations;(c) has been convicted by a judgment which has the force ofres judicata in accordance with the legal provisions of the country of anyoffence concerning his professional conduct; (d) has been guilty of graveprofessional misconduct proven by any means which the contractingauthorities can demonstrate; (e) has not fulfilled obligations relating tothe payment of social security contributions in accordance with the legalprovisions of the country in which he is established or with those of thecountry of the contracting authority; (f) has not fulfilled obligationsrelating to the payment of taxes in accordance with the legal provisionsof the country in which he is established or with those of the country ofthe contracting authority; (g)is guilty of serious misrepresentation insupplying the information required under this Section or has not suppliedsuch information; (h) has been the subject of a conviction forparticipation in a criminal organisation, as defined in Article 2(1)ofCouncil Joint Action 98/733/JHA; (i) has been the subject of a convictionfor corruption, as defined in Article 3 of the Council Act of 26 May 1972and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; (j) hasbeen the subject of a conviction for fraud within the meaning of Article 1of the Convention relating to the protection of the financial interests ofthe European Communities; (k) has been the subject of a conviction formoney laundering, as defined in Article 1 of Council Directive 91/308/EECof 10 June 1991 on prevention of the use of the financial system for thepurpose of money laundering.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: The following may be requested in assessing potential bidders'economic and financial capacity:- (a) appropriate statements from banksor, where appropriate, evidence of relevant professional risk indemnityinsurance; (b) the presentation of balance-sheets or extracts from thebalance-sheets, where publication of the balance-sheet is required underthe law of the country in which the economic operator is established; (c)a statement of overall turnover and, where appropriate, of turnover in thearea covered by the contract for a maximum of the last two financial yearsavailable, depending on the date on which the undertaking was set up orthe economic operator started trading, as far as the information on theseturnovers is available. Please refer to the Pre-QualificationQuestionnaire and/or Memorandum of Information for specific requirements.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:NHS Staffordshire & Lancashire CSU requires that potential bidders, insubmitting their expression of interest, complete procurement specificinformation in the form of a Pre-Qualification Questionnaire (PQQ)available at https://cmcsu.bravosolution.co.uk. Failure to respond to thePQQ as required will result in an incomplete expression of interest.Please refer to Section VI.3) below for additional information.

III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:Please state the following reference number in all future correspondence:PQQ 247.IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate19.9.2013 - 17:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationIf and when this requirement is offered to tender, this will be done viaelectronic means using the internet, and may also be through the medium ofan electronic reverse auction.NHS Staffordshire and Lancashire CSU is conducting this procurementexercise as a central purchasing body for another NHS body (please referto the PQQ and/or MOI for details) with whom the successful bidder(s) willenter into contracts for the supply of the services. Any other publicsector body wishing to access the contract may do so only with permissionfrom the contracting NHS body. The contract conditions will be set out inthe Invitation to Tender. Further details will be made available viadocumentation and information released during the course of the tenderprocess.Submission of expression of interest and procurement specific informationThis exercise will be conducted on the NHS Staffordshire and LancashireCSU portal athttps://cmcsu.bravosolution.co.uk. Candidates wishing to be consideredmust register their expression of interest and provide additional

procurement-specific information (by completing a PQQ) through the portalas follows: i)Candidates should register on the portal athttps://cmcsu.bravosolution.co.uk (registration and use of the website isfree of charge). If your organisation has registered previously, you donot need to re-register. ii)Once registered, candidates must expressinterest by a) logging-in to the Central Midlands CSU eTendering portal,b)selecting response to advert and PQQ, c) select Open Access PQQ, d)search for and access listing related to this contract and view details,e) click on Express Interest link iii) Once you have expressed interest,access the My PQQs page where you can download documentation (if required)and construct your reply as instructed. You must submit your reply on thewebsite by the deadline stated. For technical support in submitting yourexpression of interest contact the BravoSolution Help-desk on +448003684850 or [email protected] note that the services to which this advertisement relates fallwithin Part B Schedule 3 of the Public Contracts Regulations. Neitherplacement of this advertisement nor any other indication shall be taken tomean that the Contracting Authority intends to hold itself bound by anyRegulations save those applicable to Part B Residual Services. As suchthis advertisement is for publicity purposes only.VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresShropshire Clinical Commissioning GroupWilliam Farr HouseSY3 8LX ShrewsburyUNITED KINGDOMVI.5) Date of dispatch of this notice:16.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Repair, maintenance and associated services of vehicles and related equipment PUBLISHED ON: 21/08/2013 DOCUMENT NUMBER: 281206-2013 JOURNAL NUMBER: 161 SPECIFICATION DUE: 18/10/2013 DEADLINE: 18/10/2013 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): 50100000 Repair, maintenance and associated services of vehicles and related, equipment AGENCY: PROCUREMENT AND LOGISTICS SERVICE ON BEHALF OF THE BELFAST AND SOUTH EASTERN HEALTH AND SOCIAL CARE TRUSTS AND NORTHERN IRELAND BLOOD TRANSFUSION SERVICE COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Procurement and Logistics Service on behalf of the Belfast and SouthEastern Health and Social Care Trusts and Northern Ireland BloodTransfusion ServiceBretten Hall, 45 Bush RoadBT41 2PX AntrimUNITED KINGDOMInternet address(es):General address of the contracting authority:www.e-sourcingni.bravosolution.co.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)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 contractingauthorities: yes

Section II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Maintenance of VehiclesII.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 1: Maintenance and repair servicesMain site or location of works, place of delivery or of performance:Various Locations throughout Northern IrelandNUTS code UKN0II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Maintenance of VehiclesII.1.6) Common procurement vocabulary (CPV)50100000II.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 lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The Contractor will be required to provide maintenance, service, repairincluding the preparation of all vehicles and presentation for testing bythe Driver and Vehicle Agency (DVA) as applicable to the Lot(s) awarded.A meeting for potential tenderers will be facilitated at 2.00pm, 5.9.2013at Procurement and Logistics Service, Bretten Hall, Antrim.This is the only meeting that will be facilitated, any tenderer who isunable to attend will be able to view the slides and notes relating viaeSourcing NI.Estimated value excluding VAT: 21 054 364 GBPII.2.2) Information about optionsOptions: noII.3) Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)Information about lotsLot No: 1Lot title: Belfast HSC Trust1) Short descriptionMaintenance of Vehicles2) Common procurement vocabulary (CPV)501000003) Quantity or scopeIt is anticipated that this Contract will be for a duration of 5 yearswith the option to extend for any period(s) up to a maximum of 48 months.Estimated value excluding VAT:

Range: between 4 296 535 and 12 511 257 GBP5) Additional information about lotsSuppliers Instructions How to Express Interest in this Tender~: 1.Register your company on the eSourcing portal (this is only requiredonce): Suppliers Instructions How to Express Interest in this Tender~: 1.Register your company on the eSourcing portal (this is only requiredonce): https://e-sourcingni.bravosolution.co.uk and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct business and user details - Note the username you chose andclick ‘Save' when complete - You will shortly receive an email with yourunique password (please keep this secure) 2. Express an Interest in thetender - Login to the portal with the username/password - Click the ‘PQQs/ ITTs Open To All Suppliers' link. (These are Pre-QualificationQuestionnaires or Invitations to Tender open to any registered supplier) -Click on the relevant PQQ/ ITT to access the content. - Click the ‘ExpressInterest' button at the top of the page. - This will move the PQQ /ITTinto your ‘My PQQs/ My ITTs' page. (This is a secure area reserved foryour projects only) -You can now access any attachments by clicking ‘BuyerAttachments' in the ‘PQQ/ ITT Details' box 3. Responding to the tender -Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining) -You can now use the ‘Messages' function to communicate with the buyer andseek any clarification - Note the deadline for completion, then follow theonscreen instructions to complete the PQQ/ ITT - There may be a mixture ofonline & offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help, or contact the eTendering help desk.Lot No: 2Lot title: Lot 2 – South Eastern HSC Trust – Lisburn1) Short descriptionMaintenance of Vehicles2) Common procurement vocabulary (CPV)501000003) Quantity or scopeIt is anticipated that this Contract will be for a duration of 5 yearswith the option to extend for any period(s) up to a maximum of 48 months.Estimated value excluding VAT:Range: between 637 628 and 1 856 735 GBP5) Additional information about lotsSuppliers Instructions How to Express Interest in this Tender~: 1.Register your company on the eSourcing portal (this is only requiredonce): Suppliers Instructions How to Express Interest in this Tender~: 1.Register your company on the eSourcing portal (this is only requiredonce): https://e-sourcingni.bravosolution.co.uk and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct business and user details - Note the username you chose andclick ‘Save' when complete - You will shortly receive an email with yourunique password (please keep this secure) 2. Express an Interest in thetender - 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 ‘ExpressInterest' button at the top of the page. - This will move the PQQ /ITTinto your ‘My PQQs/ My ITTs' page. (This is a secure area reserved foryour projects only) -You can now access any attachments by clicking ‘BuyerAttachments' in the ‘PQQ/ ITT Details' box 3. Responding to the tender -Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining) -You can now use the ‘Messages' function to communicate with the buyer andseek any clarification - Note the deadline for completion, then follow theonscreen instructions to complete the PQQ/ ITT - There may be a mixture ofonline & offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help, or contact the eTendering help desk.Lot No: 3Lot title: Lot 3 – South Eastern HSC Trust - Downpatrick/Newtownards1) Short descriptionMaintenance of Vehicles2) Common procurement vocabulary (CPV)501000003) Quantity or scopeIt is anticipated that this Contract will be for a duration of 5 yearswith the option to extend for any period(s) up to a maximum of 48 months.Estimated value excluding VAT:Range: between 2 025 406 and 5 897 862 GBP5) Additional information about lotsSuppliers Instructions How to Express Interest in this Tender~: 1.Register your company on the eSourcing portal (this is only requiredonce): Suppliers Instructions How to Express Interest in this Tender~: 1.Register your company on the eSourcing portal (this is only requiredonce): https://e-sourcingni.bravosolution.co.uk and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct business and user details - Note the username you chose andclick ‘Save' when complete - You will shortly receive an email with yourunique password (please keep this secure) 2. Express an Interest in thetender - Login to the portal with the username/password - Click the ‘PQQs/ ITTs Open To All Suppliers' link. (These are Pre-QualificationQuestionnaires or Invitations to Tender open to any registered supplier) -Click on the relevant PQQ/ ITT to access the content. - Click the ‘ExpressInterest' button at the top of the page. - This will move the PQQ /ITTinto your ‘My PQQs/ My ITTs' page. (This is a secure area reserved foryour projects only) -You can now access any attachments by clicking ‘BuyerAttachments' in the ‘PQQ/ ITT Details' box 3. Responding to the tender -Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining) -You can now use the ‘Messages' function to communicate with the buyer andseek any clarification - Note the deadline for completion, then follow theonscreen instructions to complete the PQQ/ ITT - There may be a mixture ofonline & offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'

button at the top of the page. If you require any further assistanceplease consult the online help, or contact the eTendering help desk.Lot No: 4Lot title: Lot 4 – Northern Ireland Blood Transfusion Service – Belfast1) Short descriptionMaintenance of Vehicles2) Common procurement vocabulary (CPV)501000003) Quantity or scopeIt is anticipated that this Contract will be for a duration of 5 yearswith the option to extend for any period(s) up to a maximum of 48 months.Estimated value excluding VAT:Range: between 238 773 and 695 293 GBP5) Additional information about lotsSuppliers Instructions How to Express Interest in this Tender~: 1.Register your company on the eSourcing portal (this is only requiredonce): Suppliers Instructions How to Express Interest in this Tender~: 1.Register your company on the eSourcing portal (this is only requiredonce): https://e-sourcingni.bravosolution.co.uk and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct business and user details - Note the username you chose andclick ‘Save' when complete - You will shortly receive an email with yourunique password (please keep this secure) 2. Express an Interest in thetender - Login to the portal with the username/password - Click the ‘PQQs/ ITTs Open To All Suppliers' link. (These are Pre-QualificationQuestionnaires or Invitations to Tender open to any registered supplier) -Click on the relevant PQQ/ ITT to access the content. - Click the ‘ExpressInterest' button at the top of the page. - This will move the PQQ /ITTinto your ‘My PQQs/ My ITTs' page. (This is a secure area reserved foryour projects only) -You can now access any attachments by clicking ‘BuyerAttachments' in the ‘PQQ/ ITT Details' box 3. Responding to the tender -Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining) -You can now use the ‘Messages' function to communicate with the buyer andseek any clarification - Note the deadline for completion, then follow theonscreen instructions to complete the PQQ/ ITT - There may be a mixture ofonline & offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help, or contact the eTendering help desk.Lot No: 5Lot title: Lot 5 – Northern Ireland Blood Transfusion Service – Omagh1) Short descriptionMaintenance of Vehicles2) Common procurement vocabulary (CPV)501000003) Quantity or scopeIt is anticipated that this Contract will be for a duration of 5 yearswith the option to extend for any period(s) up to a maximum of 48 months.Estimated value excluding VAT:Range: between 32 013 and 93 219 GBP

5) Additional information about lotsSuppliers Instructions How to Express Interest in this Tender~: 1.Register your company on the eSourcing portal (this is only requiredonce): Suppliers Instructions How to Express Interest in this Tender~: 1.Register your company on the eSourcing portal (this is only requiredonce): https://e-sourcingni.bravosolution.co.uk and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct business and user details - Note the username you chose andclick ‘Save' when complete - You will shortly receive an email with yourunique password (please keep this secure) 2. Express an Interest in thetender - Login to the portal with the username/password - Click the ‘PQQs/ ITTs Open To All Suppliers' link. (These are Pre-QualificationQuestionnaires or Invitations to Tender open to any registered supplier) -Click on the relevant PQQ/ ITT to access the content. - Click the ‘ExpressInterest' button at the top of the page. - This will move the PQQ /ITTinto your ‘My PQQs/ My ITTs' page. (This is a secure area reserved foryour projects only) -You can now access any attachments by clicking ‘BuyerAttachments' in the ‘PQQ/ ITT Details' box 3. Responding to the tender -Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining) -You can now use the ‘Messages' function to communicate with the buyer andseek any clarification - Note the deadline for completion, then follow theonscreen instructions to complete the PQQ/ ITT - There may be a mixture ofonline & offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help, or contact the eTendering help desk.Section III: Legal, economic, financial and technical informationIII.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:12276IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 18.10.2013 - 15:00

Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate18.10.2013 - 15:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain thetenderin days: 120 (from the date stated for receipt of tender)IV.3.8) Conditions for opening of tendersDate: 18.10.2013 - 15:15Section VI: Complementary informationVI.3) Additional informationSuppliers Instructions How to Express Interest in this Tender~: 1.Register your company on the eSourcing portal (this is only requiredonce): https://e-sourcingni.bravosolution.co.uk and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct business and user details - Note the username you chose andclick ‘Save' when complete - You will shortly receive an email with yourunique password (please keep this secure) 2. Express an Interest in thetender - Login to the portal with the username/password - Click the ‘PQQs/ ITTs Open To All Suppliers' link. (These are Pre-QualificationQuestionnaires or Invitations to Tender open to any registered supplier) -Click on the relevant PQQ/ ITT to access the content. - Click the ‘ExpressInterest' button at the top of the page. - This will move the PQQ /ITTinto your ‘My PQQs/ My ITTs' page. (This is a secure area reserved foryour projects only) -You can now access any attachments by clicking ‘BuyerAttachments' in the ‘PQQ/ ITT Details' box 3. Responding to the tender -Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining) -You can now use the ‘Messages' function to communicate with the buyer andseek any clarification - Note the deadline for completion, then follow theonscreen instructions to complete the PQQ/ ITT - There may be a mixture ofonline & offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help, or contact the eTendering help desk.VI.4) Procedures for appealVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: PaLS willincorporate a standstill period at the point information on the award ofthe contract is communicated to tenderers. That notification will providefull information on the award decision. The standstill period, which willbe for a minimum of 10 calendar days, provides time for unsuccessfultenderers to challenge the award decision before the contract is enteredintoThe Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrievedparties who have been harmed or are at risk of harm by a breach of therules to take action in the High Court (England, Wales and NorthernIreland).VI.5) Date of dispatch of this notice:

16.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Asbestos-removal work PUBLISHED ON: 21/08/2013 DOCUMENT NUMBER: 281207-2013 JOURNAL NUMBER: 161 SPECIFICATION DUE: DEADLINE: 27/08/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 3 - Accelerated restricted procedure REGULATION: 5 - European Union, with participation by GPA countries 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): 45262660, 90650000 Asbestos-removal work, Asbestos removal services AGENCY: BIRMINGHAM CHILDREN'S HOSPITAL NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Birmingham Children's Hospital NHS Foundation TrustSteelhouse LaneFor the attention of: Sandra RourkeB4 6NH BirminghamUNITED KINGDOMTelephone: +44 1213338885Internet address(es):General address of the contracting authority: www.bch.org.ukAddress of the buyer profile: www.nhssourcing.co.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)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 contractingauthorities: noSection II: Object of the contractII.1) Description

II.1.1) Title attributed to the contract by the contracting authority:Asbestos RemovalII.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 14: Building-cleaning services and property managementservicesMain site or location of works, place of delivery or of performance:Birmingham Children's HospitalSteelhouse LaneBirminghamNUTS code UKG31II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)The Trust would like to invite respondents ('Bidders') to submit theirPQQs for consideration of delivering the Asbestos encapsulation andremoval works to the undercroft of the main hospital site at SteelhouseLane. Further information can be found at www.nhssourcing.co.ukII.1.6) Common procurement vocabulary (CPV)45262660, 90650000II.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: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Estimated value excluding VAT: 150 000 GBPII.2.2) Information about optionsOptions: noSection III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:Performance Bonds, warranties, deposits and / or parent company guaranteesmay be required.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:To be included within the invitation to tender documentationIII.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:In the event of a group of organisations submitting an acceptable offer,it will be necessary for them to provide an undertaking that each companyshall be jointly and severally responsible for the due performance of anycontract entered into.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions: Applicants who satisfy any of thecriteria for rejection as set out in Regulation 23(1), Public Contracts

Regulations 2006 shall be treated as ineligible. Applicants may berequested to provide such evidence as is reasonably necessary to allow theTrust to establish that the afore mentioned criteria do not apply to them.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: The information and formalities set out in Articles 45 to 50 ofDirective 2004/18/EC and Regulations 23 to 25 of the Public ContractsRegulations 2006, and as set out in the Questionnaire available atwww.nhssourcing.co.uk. The Questionnaire must be completed and returned inaccordance with the instructions, by the deadline listed in Section IV.3.4of this Contract Notice.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: The information and formalities set out in Article 47 ofDirective 2004/18/EC and Regulation 24 of the Public Contracts Regulations2006, and as set out in the Questionnaire available atwww.nhssourcing.co.uk. The Questionnaire must be completed and returned inaccordance with the instructions, by the deadline listed in Section IV.3.4of this Contract Notice.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:The information and formalities set out in Article 48 of Directive2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006, andas set out in the Questionnaire available at www.nhssourcing.co.uk. TheQuestionnaire must be completed and returned in accordance with theinstructions, by the deadline listed in Section IV.3.4 of this ContractNotice.Section IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureAccelerated restrictedJustification for the choice of accelerated procedure: The risk posed tothe Trust in delaying these works is significant, and there is arequirement to ensure that the works required are carried out with utmosthaste. In addition, the specific removal requirements will only becomeknown on receipt of the full and final report (due 14.8.2013).As such, it is recommended that these provide suitable justification forundertaking an Accelerated Restricted procurement procedure, in accordancewith the Public Contracts Regulations 2006.IV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged number of operators: 5Objective criteria for choosing the limited number of candidates: Thecriteria for selection is identified within the Pre QualificationDocumentation, available from www.nhssourcing.co.ukIV.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 inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:BCH/820/13/FOIV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate27.8.2013 - 17:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationThe Contracting Authority intends to use an eTendering system in thisprocurement exercise and reserves the right to use a reverse auction.VI.4) Procedures for appealVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Trust willincorporate a standstill period, following award of the contract. Theperiod shall commence on the day following award notification, and shallbe in accordance with The Public Contracts Regulations 2006, and allsubsequent amendments and directives. At present, this standstill periodshall be no less than 10 calendar days. This period allows unsuccessfultenderers to seek further debriefing from the Trust before the contract isentered into.VI.5) Date of dispatch of this notice:16.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Paging services PUBLISHED ON: 21/08/2013 DOCUMENT NUMBER: 281258-2013 JOURNAL NUMBER: 161 SPECIFICATION DUE: DEADLINE: 01/10/2013 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: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 64223000 Paging services AGENCY: MID ESSEX HOSPITAL SERVICES NHS TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Mid Essex Hospital Services NHS TrustFoundation Trust Office, Broomfield HospitalFor the attention of: Sebastian AnsariCM1 7ET ChelmsfordUNITED KINGDOMTelephone: +44 1245443673E-mail: [email protected] address(es):General address of the contracting authority: http://www.meht.nhs.uk/Address of the buyer profile:https://eoecph.bravosolution.co.uk/web/login.shtmlFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)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 contractingauthorities: no

Section II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Supply of Rental, Management and Maintenance of Radio Paging Systems toMid Essex Hospital Services NHS TrustII.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 5: Telecommunications servicesMain site or location of works, place of delivery or of performance: MidEssex Hospital Services NHS Trust, Broomfield Hospital, Chelmsford, CM17ETNUTS code UKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.4) Information on framework agreementDuration of the framework agreementDuration in months: 36Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT:Range: between 200 000 and 250 000 GBPII.1.5) Short description of the contract or purchase(s)This Agreement is for the Rental, Management and Maintenance of RadioPaging Systems to Mid Essex Hospital Services NHS Trust (MEHT).II.1.6) Common procurement vocabulary (CPV)64223000II.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: noII.1.9) Information about variantsVariants will be accepted: yesII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:This Agreement is for the Rental, Management and Maintenance of RadioPaging Systems to Mid Essex Hospital Services NHS Trust (MEHT).The agreement will be a single supplier awarded on a overall basis. Thedescriptions and quantities will be detailed in the Invitation to Tender.II.2.2) Information about optionsOptions: yesDescription of these options: Mid Essex Hospital Services NHS Trust isentitled to, at it's own discretion, to extend thirty six (36) monthduration of the Framework Agreement by two (2) further periods of twelve(12) months.II.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.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:The Prime Contractor shall be liable in the event of a consortium bid.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Suppliers Instructions How to Express Interest in this Tender~:1. Register your company on the eSourcing portal (this is only requiredonce) - Browse to the eSourcing Portal: https://eoecph.bravosolution.co.ukand click the link to register - Accept the terms and conditions and click'continue' - Enter your correct business and user details - Note theusername you chose and click 'Save' when complete - You will shortlyreceive an email with your unique password (please keep this secure) 2.Express an Interest in the tender - Login to the portal with theusername/password - Click the 'PQQs / ITTs Open To All Suppliers' link.(These are Pre-Qualification Questionnaires or Invitations to Tender opento any registered supplier) - Click on the relevant PQQ/ ITT to access thecontent. - 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 asecure area reserved for your projects only) -You can now access anyattachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box3. Responding to the tender - Click 'My Response' under 'PQQ/ ITTDetails', 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 - Notethe deadline for completion, then follow the onscreen instructions tocomplete the PQQ/ ITT - There may be a mixture of online & offline actionsfor you to perform (there is detailed online help available) You must thensubmit your reply using the 'Submit Response' button at the top of thepage. If you require any further assistance please consult the onlinehelp, or contact the eTendering help desk.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Please refer to the tender document for all required information.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Please refer to the tender document for all required information.Minimum level(s) of standards possibly required:(a). Offerors must agree to the terms of the Specification.(b). Offerors must be able to provide evidence of valid and currentcertificates for the manufacturing and/or distribution of Goods.Section 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 statedbelow1. Operational Resilience. Weighting 50

2. Lifecycle Cost. Weighting 253. Fitness for Purpose Including Quality. Weighting 224. Delivery. Weighting 3IV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:MEHT 1802 Rental, Management and Maintenance of Radio Paging SystemsIV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate1.10.2013 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain thetenderin days: 90 (from the date stated for receipt of tender)IV.3.8) Conditions for opening of tendersDate: 16.8.2013 - 12:00Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationThe Contracting Authority intends to use an eTendering system in thisprocurement exercise and reserves the right to use a reverse auction.VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresMid Essex Hospital Services NHS TrustProcurement Dept, Broomfield HospitalCM1 7ET ChelmsfordUNITED KINGDOME-mail: [email protected]: +44 1245515410Body responsible for mediation proceduresMid Essex Hospital Services NHS TrustProcurement Dept, Broomfield HospitalCM1 7ET ChelmsfordUNITED KINGDOME-mail: [email protected]: +44 1245515410VI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Preciseinformation on deadline(s) for lodging appeals: If an appeal regarding theaward of a contract has not been successfully resolved the PublicContracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties

who have been harmed or are at risk of harm by a breach of the rules totake action in the High Court (England, Wales and Northern Ireland). Anysuch action must be brought promptly (generally within 3 months). Where acontract has not been entered into the Court may order the setting asideof the award decision or order the authority to amend any document and mayaward damages. If the contract has been entered into the Court may onlyaward damages.The Contracting Authority will incorporate a standstill period at thepoint the decision regarding the award of the contract is communicated toofferors. The Contracting Authority draws Offerors attention to theirrights under the Public Contracts Regulations 2006 as amended by thePublic Contracts (Amendment) Regulations 2009.VI.4.3) Service from which information about the lodging of appeals maybe obtainedMid Essex Hospital Services NHS TrustProcurement Dept, Broomfield HospitalCM1 7ET ChelmsfordUNITED KINGDOME-mail: [email protected]: +44 1245515410VI.5) Date of dispatch of this notice:16.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Homedelivery of provisions PUBLISHED ON: 21/08/2013 DOCUMENT NUMBER: 281277-2013 JOURNAL NUMBER: 161 SPECIFICATION DUE: DEADLINE: 20/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: C - Competitive dialogue 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): 85312200, 33000000, 33600000, 33690000, 33697000, 85141210, 85149000 Homedelivery of provisions, Medical equipments, pharmaceuticals and personal care products, Pharmaceutical products, Various medicinal products, Medical preparations excluding dental consumables, Home medical treatment services, Pharmacy services AGENCY: BRISTOL AND WESTON NHS PURCHASING CONSORTIUM COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Bristol and Weston NHS Purchasing ConsortiumLevel 3, WhitefriarsFor the attention of: BWPC Susan WhiteheadBS1 2NT BristolUNITED KINGDOMTelephone: +44 1173420414E-mail: [email protected] address(es):Address of the buyer profile:http://tactica-live.advanced365.com/login.aspFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)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: yesSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Medicines Supply Chain PartnershipII.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 25: Health and social servicesMain site or location of works, place of delivery or of performance:Bristol, Weston , Gloucester, Bath, Swindon, Avon and Wiltshire,Bournemouth and PooleNUTS code UKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)A service contract to form the basis of an strategic partnership with anorganisation able to provide full line pharmaceutical wholesaling togetherwith direct to patient supply which goes beyond the traditional serviceprovision, to support the wider medicines optimisation agenda and deliveryof patient care, whilst delivering a flexible and responsive pharmacyservice.The Service will deliver both cost and service benefits throughmodernising medicines mangement and innovation throughout thepharmaceutical supply chain. The model should manage the cost of theservice, provide an affordable approach, reduce the risk of implementationand operation.II.1.6) Common procurement vocabulary (CPV)85312200, 33000000, 33600000, 33690000, 33697000, 85141210, 85149000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: yesII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:It is anticipated that the contract will be for a period of 10 years,however, there will be a contract review/break at year 5 of the contractII.2.2) Information about optionsOptions: noII.3) Duration of the contract or time limit for completionDuration in months: 120 (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:Parent company and other guarantees may be required in certaincircumstances see the invitation to tender for further detailsIII.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:

Joint and severable liabilityIII.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Any supplier may be disqualified who does not respond to thefollowing in the requisite manner:1) Suppliers are required to express an interest in the OJEU process andcomplete PQQ documents (where applicable) via the Trusts eSourcing systemTACTICA - which is accessed at https://tactica-live.advanced365.com -please make sure that you are registered to avoid any future delays.2) Information and formalities necessary for evaluating if requirementsare met:(a) Is bankrupt or is being wound up, where his affairs are beingadministered by the court, where he has entered into an arrangement withcreditors, where he has suspended business activities or is in anyanalogous situation arising from a similar procedure under national lawsand regulations;(b) Is the subject of proceedings for a declaration of bankruptcy, for anorder for compulsory winding up or administration by the court or of anarrangement with creditors or of any other similar proceedings undernational laws and regulations;(c) Has been convicted by a judgment which has the force of res judicatain accordance with the legal provisions of the country of any offenceconcerning his professional conduct;(d) Has been guilty of grave professional misconduct proven by any meanswhich the contracting authorities can demonstrate;(e) Has not fulfilled obligations relating to the payment of socialsecurity contributions in accordance with the legal provisions of thecountry in which he is established or with those of the country of thecontracting authority;(f) Has not fulfilled obligations relating to the payment of taxes inaccordance with the legal provisions of the country in which he isestablished or with those of the country of the contracting authority;(g) Is guilty of serious misrepresentation in supplying the informationrequired under this Section or has not supplied such information;(h) Has been the subject of a conviction for participation in a criminalorganisation, as defined in Article 2(1) of Council Joint Action98/733/JHA;(i) Has been the subject of a conviction for corruption, as defined inArticle 3 of the Council Act of 26.5.1972 and Article 3(1) of CouncilJoint Action 98/742/JHA3 respectively;(j) Has been the subject of a conviction for fraud within the meaning ofArticle 1 of the Convention relating to the protection of the financialinterests of the European Communities;(k) Has been the subject of a conviction for money laundering, as definedin Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention ofthe use of the financial system for the purpose of money laundering.Bidders who have been convicted of a Bribery Act 2010 offence under

section 1 (offences relating to bribing another person) or section 6(bribery of foreign public officials) will be excluded.In addition to the Provisions of Freedom of Information Act, Bidders willhave due regard to the Trusts obligations on Transparency which are setout in more detail atwww.businesslink.gov.uk/transparency/procurement and all offers will besubmitted on the basis that the contract when awarded may be published infull in accordance with H M Government Transparency Guidance.The Trust will also be utilising the supplier information database(SID4Gov) to manage and assess general pre-qualification information inthe form of a profile. As well as responding to the tender via TACTICA,candidates are requested to provide or update their profile on the SID4Govas follows:a) candidates should register on SID4Gov athttps://sid4gov.cabinetoffice.gov.uk/ by clicking on the “Register forsid4gov” option listed under 'Join Us'.b) to continue with the registration process Suppliers must have a currentDUNS Number. If a Supplier does not have a DUNS Number there is a link tothe D&B UK website to request a DUNS Supplier Number.c) Suppliers who already have a published profile on SID4Gov must confirmthat information is up to date; i) candidates should ensure all relevantsections of their SID4Gov profile are completed to demonstrate theirability to meet the short listing criteria applicable to this contract.Where access to SID4Gov is unavailable, please contact SID4Gov SupportCentre on +44 8452992994Please note all responses to OJEU should be made through TACTICA eSOURCINGSYSTEM - REGISTRATION is required on SID4GOV to update or provide companyprofiles onlyIII.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: As per III.2.1. aboveIII.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:As per III.2.1. aboveIII.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: yesReference to the relevant law, regulation or administrative provision:PharmacyIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedurecompetitive dialogueIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 2: and maximum number 4Objective criteria for choosing the limited number of candidates:

Candidates will be shortlised based on Pre-Qualification DocumentationIV.1.3) Reduction of the number of operators during the negotiation ordialogueRecourse to staged procedure to gradually reduce the number of solutionsto be discussed or tenders to be negotiated yesIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:RFT 3525 - Supply Chain PartnershipIV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate20.9.2013 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationTo receive more information about this tender, including any amendmentsand/or clarifications and to request any clarifications and/or to respondto this tender, you must register your interest to this tender on thefollowing site: https://tactica-live.advanced365.comVI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresBristol and Weston NHS Purchasing ConsortiumUNITED KINGDOMBody responsible for mediation proceduresBristol and Weston NHS Purchasing ConsortiumUNITED KINGDOMVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Authority willallow a minimum 10 calendar day standstill period between notifying theaward decision and awarding the contract. Unsuccessful tenderers andapplicants are entitled to receive reasons for the decision, including thecharacteristics and relative advantages of the winning bid and the reasonswhy the tenderer/applicant was unsuccessful. Should additional informationbe required it should be requested of the addressee in section I.1.

Aggrieved parties who have been harmed or are at risk of harm by breach ofthe procurement rules have the right to take action in the High Court(England and Wales). Any such action is subject to strict time limits andmust be brought in accordance with the Public Contracts Regulations 2006as amended by the Public Contracts (Amendment) Regulations 2009 and thePublic Procurement (Miscellaneous Amendments) Regulations 2011.VI.4.3) Service from which information about the lodging of appeals maybe obtainedBristl and Weston NHS Purchasing ConsortiumUNITED KINGDOMVI.5) Date of dispatch of this notice:19.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Sewage, refuse, cleaning and environmental services PUBLISHED ON: 21/08/2013 DOCUMENT NUMBER: 281328-2013 JOURNAL NUMBER: 161 SPECIFICATION DUE: 16/09/2013 DEADLINE: 25/09/2013 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: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90000000, 90600000, 90730000, 90733000 Sewage, refuse, cleaning and environmental services, Cleaning and sanitation services in urban or rural areas, and related, services, Pollution tracking and monitoring and rehabilitation, Services related to water pollution AGENCY: UNITED LINCOLNSHIRE HOSPITALS COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)United Lincolnshire HospitalsLincoln County Hospital, Greetwell RoadContact point(s): Leaseguard Group LimitedFor the attention of: Charlotte JacksonLN2 4AX LincolnUNITED KINGDOMTelephone: +44 1865340819E-mail: [email protected] information can be obtained from: Leaseguard Group LimitedLittle Baldon HouseFor the attention of: Charlotte JacksonOX44 9PU Nuneham CourtenayUNITED KINGDOMTelephone: +44 1865340819E-mail: [email protected] and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: As detailed aboveTenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityBody governed by public lawI.3) Main activity

HealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Water Systems Monitoring and MaintenanceII.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesNUTS code UKF3,UKF30II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Water systems monitoring and maintenance at United Lincolnshire HospitalsNHS Trusts at their 3 sites. Lincoln County, Pilgrim Hospital and Grantham& District Hospital.II.1.6) Common procurement vocabulary (CPV)90000000, 90600000, 90730000, 90733000II.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: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The Trust requires the following Water Quality Monitoring & PlannedMaintenance for each site as detailed below.1. Outlets for weekly flushing. Lincoln 26. Pilgrim 60. Grantham 02. Monthly temperature monitoring sentinel outlets. Lincoln 306. Pilgrim160. Grantham 0.3. Monthly temperature monitoring of representative outlets. Lincoln 220.Pilgrim 140. Grantham 0.4. DHW calorifiers & direct fired gas water heaters. Lilcon 4. Pilgrim 3.Grantham 0.5. Cold water storage tanks. Lincoln 32. Pilgrim 10. Grantham 10.6. Mains and incoming cold water supplies. Lincoln 5. Pilgrim 1. Grantham4.7. Showers. Lincoln 142. Pilgrim 125. Grantham 0.8. Drinking water coolers. Lincoln 69. Pilgrim 18. Grantham 14II.2.3) Information about renewalsThis contract is subject to renewal: noII.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 contract

III.1.1) Deposits and guarantees required:The Contracting Authority reserves the right to request deposits andguarantees.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:Details will be included in the Invitation to Tender.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:The Trust reserves the right to require joint and several liability.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions:III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Details will be included in the ITT.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Details will be included in the ITT.Minimum level(s) of standards possibly required: Details will be includedin the ITT.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Details will be included in the ITTMinimum level(s) of standards possibly required:Details will be included in the ITTIII.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 ofthe 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 ordialogueRecourse to staged procedure to gradually reduce the number of solutionsto be discussed or tenders to be negotiated noIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:

LGM16948IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 16.9.2013 - 23:29Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate25.9.2013 - 23:29IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.8) Conditions for opening of tendersPersons authorised to be present at the opening of tenders: noSection VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: yesEstimated timing for further notices to be published: Earliest 2018VI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationBidders will be expected to price for five years as per requirements.Method Statements will be required for all activities.VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresSee section VI.4.2 belowVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Preciseinformation on deadline(s) for lodging appeals. The Contracting Authoritywill incorporate a standstill period at the point information on the awardof the contract is communicated to tenderers. That notification willprovide full information on the award decision. The standstill period,which will be for a minimum of 10 calendar days, provides time forunsuccessful tenderers to challenge the award decision before the contractis entered into.The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrievedparties who have been harmed or are at risk of harm by a breach of therules to take action in the High Court (England, Wales and NorthernIreland).VI.5) Date of dispatch of this notice:19.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Medical equipments, pharmaceuticals and personal care products PUBLISHED ON: 21/08/2013 DOCUMENT NUMBER: 281361-2013 JOURNAL NUMBER: 161 SPECIFICATION DUE: 18/09/2013 DEADLINE: 18/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 33000000 Medical equipments, pharmaceuticals and personal care products AGENCY: YORK TEACHING HOSPITAL NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)York Teaching Hospital NHS Foundation TrustTribune House, Centurion Park, Tribune Way, Clifton MoorFor the attention of: Samantha Devall-RowntreeY030 4RY YorkUNITED KINGDOMTelephone: +44 1723342219E-mail: [email protected] information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.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 contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:SDR - Sponsor of Stoma Service - The Sponsorship for Provision of Stoma

Care Service (1)II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 25: Health and social servicesMain site or location of works, place of delivery or of performance:Scarborough HospitalNUTS code UKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.4) Information on framework agreementDuration of the framework agreementDuration in years: 3II.1.5) Short description of the contract or purchase(s)York Teaching Hospitals require sponsorship for the provision of StomaCare Service for the Scarborough Hospital siteII.1.6) Common procurement vocabulary (CPV)33000000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.2) Information about optionsOptions: 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.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:Any consortia will be required to form a legal entity prior to award ofcontract in which each member is jointly and severally liable.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Full details of the information to be provided are detailed inthe pre qualification questionnaire which must be sought and returned bythe closing deadline.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Full details of the information to be provided are detailed inthe pre qualification questionnaire which must be sought and returned bythe closing deadline.III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirementsare met:Full details of the information to be provided are detailed in the prequalification questionnaire which must be sought and returned by theclosing deadline.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 ofthe 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 totender or to participateEnvisaged number of operators: 5Objective criteria for choosing the limited number of candidates: Fulldetails of the criteria are detailed in the pre qualificationquestionnaire which must be sought and returned by the closing deadline.IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:SDR/SGH13IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 18.9.2013 - 09:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate18.9.2013 - 09:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates23.9.2013IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by European

Union funds: noVI.3) Additional informationTo receive more information about this tender, including any amendmentsand/or clarifications and to request any clarifications and/or to respondto this tender, you must register your interest to this tender on thefollowing site: https://nep.eu-supply.comFollowing an expression of interest on nep.eusupply.com, the PQQ will beavailable to access on https://nep.eu-supply.com. The PQQ must be returnedin accordance with the instructions set out in the PQQ by the time anddate indicated. The contracting authority does not bind itself to acceptthe lowest or any offer and reserves the right to accept an offer ineither whole or in part. The contracting authority is not responsible forany costs incurred by bidders in relation to the participation in thisprocess.VI.5) Date of dispatch of this notice:19.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Post and courier services PUBLISHED ON: 21/08/2013 DOCUMENT NUMBER: 281383-2013 JOURNAL NUMBER: 161 SPECIFICATION DUE: DEADLINE: 13/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: 3 - Submission for one or more lots CRITERIA: 2 - The most economic tender CPV CODE(S): 64100000, 64120000, 64121000 Post and courier services, Courier services, Multi-modal courier services AGENCY: AINTREE UNIVERSITY HOSPITAL NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Aintree University Hospital NHS Foundation TrustAintree House, Longmoor LaneFor the attention of: Jan BatesL9 7AL LiverpoolUNITED KINGDOME-mail: [email protected] information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)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 contractingauthorities: yesSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:T/2013/605 - Cheshire and Mersey Health Trusts - Courier TenderII.1.2) Type of contract and location of works, place of delivery or of

performanceServicesService category No 2: Land transport services [2], including armoured carservices, and courier services, except transport of mailMain site or location of works, place of delivery or of performance:Framework will be accessible by any NHS Trust within the North West ofEnglandNUTS code UKDII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with several operatorsDuration of the framework agreementDuration in years: 4Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT: 20 000 000 GBPII.1.5) Short description of the contract or purchase(s)A recent study accross a number of Liverpool based NHS Trusts in responseto the QIPP sustainability agenda has highlighted an opportunity to createa contract accross Cheshire and Merseyside for Courier Services, lookingat type of goods transported versus mode of transport used to ensure weaid efficiencies. Aintree Univeristy Hospitals NHS Foundation Trust arehosting this forthcoming tender process on behalf of trusts across NorthWest of England to access, please see link confirming Trusts that areparty to this contract notice.II.1.6) Common procurement vocabulary (CPV)64100000, 64120000, 64121000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: yesTenders may be submitted for one or more lotsII.1.9) Information about variantsVariants will be accepted: yesII.2) Quantity or scope of the contractII.2.2) Information about optionsOptions: noII.3) Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)Information about lotsLot No: 1Lot title: Cheshire and Mersey Health Trusts - Courier Tender1) Short descriptionInformation about LOTS will be seperated out within the ITT documentation,suppliers may be listed until one or more lots2) Common procurement vocabulary (CPV)64100000, 64120000, 64121000Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contract

III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:The tenderer should bear in mind the provisions of the contract whichspecifies the rights and obligations of the contractor, particularly thoseon payments, performance of the contract, confidentiality, and checks &audits.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:A joint tender is a situation where a tender is submitted by a group ofeconomic operators (consortium). Joint tenders may include subcontractorsin addition to the joint tenderers.In the case of a joint tender, all economic operators in a joint tenderassume joint and several liability towards the contracting authority forthe performance of the contract as a whole.These economic operators shall designate one of them to act as leader withfull authority to bind the grouping or the consortium and each of itsmembers. It shall be responsible for the receipt and processing ofpayments for members of the grouping, for managing the serviceadministration and for coordination. The composition and constitution ofthe grouping or consortium, and the allocation of the scope of tasksamongst the members, shall not be altered without the prior writtenconsent of the Trust.The tenderers should indicate in their offer whether the partnership takesthe form of:a) a new or existing legal entity which will sign the contract with theTrust in case of award; orb) a group of partners not constituting a new legal entity, who via apower of attorney, signed by an authorised representative of each partner(except the lead partner), designate one of the partners as lead partner,andmandate him as lead contractor to sign the contract with the Trust incase of awardIII.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: This procurement exercise will be conducted on the EU supplyeTendering portal at: https://nhssbs.eu-supply.comCandidates wishing to be considered for this agreement must register theirexpression of interest and provide additional procurement specificinformation through this portal.To register interest:1) Go to ‘Current Tender Opportunities' from the eTendering portal loginpage: https://nhssbs.eu-supply.com2) Find the tender listed and click on the title. This will take you tothe letter of invitation.3) If you are not a registered user of EU Supply follow the ‘Onlineregistration' link otherwise follow the ‘Login' link and enter usernameand password.4) Once logged in ‘Accept' the invitation to register your interest in the

opportunity. You will then be taken direct to the tender response screen.5) Go to the ‘Access Documents' folder on the response screen to view anddownload tender documentation.Further guidance on how to access and respond to the opportunity isavailable in the ‘Quick Guide for Suppliers' which is available fordownloading from the main portal login page: https://nhssbs.eu-supply.com(follow link: ‘Quick Guide for Suppliers').For any support in submitting your response please contact EU SupplyHelpdesk at [email protected] (Tel: 0800 840 2050) quoting the tenderID number.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Information and formalities necessary for evaluating ifrequirementsInformation and formalities necessary for evaluating if the requirementsare met: (a) Appropriate statements from banks or, where appropriate,evidence of relevant professional risk indemnity insurance.(b) The presentation of balance-sheets or extracts from thebalance-sheets, where publication of the balance-sheet is required underthe law of the country in which the economic operator is established.(c) A statement of the undertaking's overall turnover and, whereappropriate, of turnover in the area covered by the contract for a maximumof the last 3 financial years available, depending on the date on whichthe undertaking was set up or the economic operator started trading, asfar as the information on these turnovers is available.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Information and formalities necessary for evaluating if the requirementsare met:(a) A list of the works carried out over the past five years, accompaniedby certificates of satisfactory executionfor the most important works.These certificates shall indicate the value, date and site of the worksand shall specify whether they were carried out according to the rules ofthe trade and properly completed. Whereappropriate, the competentauthority shall submit these certificates to the contracting authoritydirect(b) A list of the principal deliveries effected or the main servicesprovided in the past three years, with the sums,dates and recipients,whether public or private, involved. Evidence of delivery and servicesprovided shall begiven: - where the recipient was a contracting authority,in the form of certificates issued or countersigned by the competentauthority, - where the recipient was a private purchaser, by thepurchaser's certification or, failing this,simply by a declaration by theeconomic operator(c) An indication of the technicians or technical bodies involved, whetheror not belonging directly to theeconomic operator's undertaking,especially those responsible for quality control and, in the case ofpublicworks contracts, those upon whom the contractor can call in order tocarry out the work(d) A description of the technical facilities and measures used by the

supplier or service provider for ensuringquality and the undertaking'sstudy and research facilities(e) Where the products or services to be supplied are complex or,exceptionally, are required for a special purpose, a check carried out bythe contracting authorities or on their behalf by a competent officialbody ofthe country in which the supplier or service provider isestablished, subject to that body's agreement, on theproduction capacitiesof the supplier or the technical capacity of the service provider and, ifnecessary, on themeans of study and research which are available to it andthe quality control measures it will operate(f) The educational and professional qualifications of the serviceprovider or contractor and/or those of theundertaking's managerial staffand, in particular, those of the person or persons responsible forproviding theservices or managing the work(g) For public works contracts and public services contracts, and only inappropriate cases, an indication of theenvironmental management measuresthat the economic operator will be able to apply when performingthecontract(h) A statement of the average annual manpower of the service provider orcontractor and the number ofmanagerial staff for the last three years(i) A statement of the tools, plant or technical equipment available tothe service provider or contractor forcarrying out the contract(j) An indication of the proportion of the contract which the servicesprovider intends possibly to subcontract(k) With regard to the products to be supplied: (i) samples, descriptionsand/or photographs, the authenticityof which must be certified if thecontracting authority so requests; (ii) certificates drawn up by officialqualitycontrol institutes or agencies of recognised competence attestingthe conformity of products clearly identified by references tospecifications or standards.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 ofthe staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.2) Previous publication(s) concerning the same contractPrior information noticeNotice number in the OJEU: 2013/S 128-220163 of 4.7.2013

IV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate13.9.2013 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates1.10.2013IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationTo receive more information about this tender, including any amendmentsand/or clarifications and to request any clarifications and/or to respondto this tender, you must register your interest to this tender on thefollowing site:https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=7177&B=NHSSBSVI.4) Procedures for appealVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Preciseinformation on deadline(s) for lodging appeals: Aintree UniversityHospital NHS FT will incorporate a minimum 10 calendar day standstillperiod at the point information on the award of the framework agreement iscommunicated to tenderers. Potential Providers who are unsuccessful shallbe informed by the Authority as soon as possible after the decision hasbeen made as to the reasons why the Potential Provider was unsuccessful.If an appeal regarding the award of the framework agreement has not beensuccessfully resolved, The Public Contracts Regulations 2006 (SI 2006 No.5) provide for aggrieved parties who have been harmed or are at risk ofharm by breach of the rules to take legal action. Any such action must bebrought within the applicable limitation period. Where a frameworkagreement has not been entered into, the Court may order the setting asideof the award decision or order Aintree University Hospital NHS FT to amendany document and may award damages. If the framework agreement has beenentered into the Court may, depending on the circumstances, award damages,make a declaration of ineffectiveness, order Aintree University HospitalNHS FT to pay a fine, and/or order that the duration of the frameworkagreement be shortened. The purpose of the standstill period referred toabove is to allow the parties to apply to the Courts to set aside theaward decision before the framework agreement is enteredVI.5) Date of dispatch of this notice:19.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Public road transport services PUBLISHED ON: 22/08/2013 DOCUMENT NUMBER: 282753-2013 Part 1 of 5 JOURNAL NUMBER: 162 SPECIFICATION DUE: 04/10/2013 DEADLINE: 04/10/2013 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): 60112000 Public road transport services AGENCY: YORKSHIRE AMBULANCE SERVICE NHS TRUST COUNTRY: GB. LANGUAGE: EN

Part 1 of 5Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Yorkshire Ambulance Service NHS TrustSpringhill, Brindley Way, Wakefield 41 Business ParkFor the attention of: Andrew DaviesWF2 0XQ WakefieldUNITED KINGDOMTelephone: +44 1132971016E-mail: [email protected] address(es):General address of the contracting authority: www.yas.nhs.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)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 contractingauthorities: noSection II: Object of the contract

II.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:YAS-116 Patient Transport Service Sub-Contractor Provision.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 2: Land transport services [2], including armoured carservices, and courier services, except transport of mailMain site or location of works, place of delivery or of performance:Within the Yorkshire Region as per the lots specified in this notice.NUTS code UKEII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementDuration of the framework agreementDuration in years: 4Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT:Range: between 0 and 300 000 GBPII.1.5) Short description of the contract or purchase(s)Yorkshire Ambulance Service NHS Trust is inviting tenders from taxicompanies, community transport organisations and other transport providersto assist it to deliver a safe, efficient and cost effective non –emergency transport service for patients in the Yorkshire and HumberRegion.Tender responses are sought from a range of transport providers able tosupport our in house patient transport service to convey non-emergencypatients to and/or from appointments for health care. Tenderers are tosubmit bids for providing non- emergency transport to patients needing totravel within or from specific post code areas within the Yorkshireregion.The majority of patients will be able to walk to and from, and get in andout of a saloon car with minimal assistance (SC patients). Some patientswill need to travel whilst sitting in a wheel chair (WC patients). Otherpatients may need the assistance of a tail lift equipped vehicle to get onand off the vehicle (TL patients).Transport bookings will usually be for individual journeys for SC and WCpatients which will be offered to successful tenderers for an agreedmileage rate.There may be opportunities for regular bookings for groups of SC, WC andTL patients travelling in “mini bus type ambulances with tail lifts andthese will be offered to successful tenderers for an agreed hourly charge.Transport may be required at any time from 6:00 until 22:00, 7 days perweek including Bank Holidays. Occasionally transport may be requiredearlier than 6:00 and later than 22:00. Tenderers will normally receive upto 24 hours' notice that transport is required, but there will beoccasions when tenderers are asked to respond in less than 60 minutes.Successful tenderers will be offered bookings which match the post codesand patient mobilities selected and stated working hours/days.

II.1.6) Common procurement vocabulary (CPV)60112000II.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 lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The contracting authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SMEs). However,any selection of tenderers will be based solely on the criteria set outfor the procurement, and the contract will be awarded on the mosteconomically advantageous tender (please refer to tender specification forthe award criteria).Any tender variations /options submitted by tenderers must besubstantially similar to that contained within the contract specificationissued by the Trust. The Trust reserves the right to re-advertise any partof this contract.The duration of the contracts is for a maximum period of up to 24 monthswith the option to extend upto a further 2 years on a 1 plus 1 basis.Any operator that has limited on no access to the internet can request acopy of the invitation to tender paperwork by contacting the Procurementdepartment by either e-mail [email protected] or by phone on 01132971016Questions on this advert or the tender documentation should becommunicated to YAS through the bravo solutions website(https://noecpc.bravosolution.co.uk).II.3) Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)Information about lotsLot No: 1Lot title: HU17 - Beverley1) Short descriptionwithin post code region HU17 (Beverley, Bishop Burton, Walkington)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 2Lot title: YO15-16 - Bridlington1) Short descriptionWithin the post code region of YO15 & 16 for Bridlington (Bridlington,Bempton, Bessingby, Boynton, Buckton, Carnaby, Easton, Flamborough,Fraisthorpe, Grindale, Sewerby, Wilsthorpe)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 3Lot title: HU13-15 - Hessle - North Ferriby - Brough1) Short description

Within the post code region covered by HU13-15 (Hessle, North Ferriby,Melton, Swanland, Elloughton-cum-Brough, South Cave, Welton)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 4Lot title: HU16 & 20 - Cottingham1) Short descriptionWithin the postal areas of HU16 (Cottingham, Eppleworth, Raywell, Skidby)& HU20 (High Hunsley, Little Weighton, Low Hunsley, Riplingham)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 5Lot title: YO25 - Driffield1) Short descriptionwithin the post code are YO25 (Driffield)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 6Lot title: YO14 - Filey1) Short descriptionWithin the post code area of YO14 (Filey)2) Common procurement vocabulary (CPV)601120005) Additional information about lots

Instructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 7Lot title: DN14 - Goole1) Short descriptionWithin the post code area of DN14 (Goole)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreen

instructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 8Lot title: HU18 - Hornsea1) Short descriptionWithin the post code area of HU18 (Hornsea, Mappleton, Rolston)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 9Lot title: HU1-12 - Hull1) Short descriptionWithin post code areas HU1 & 2 (Hull), HU3 (Hull, Spring Bank), HU4 (Hull,Anlaby Common, Anlaby Park, Gipsyville), HU5 (Hull, The Avenues), HU6(Hull, Dunswell, Orchard Park, Greenwood), HU7 (Hull, Bransholme,Kingswood, Sutton-on-Hull, Wawne), HU8 (Hull, Garden Village, Ings,Longhill), HU9 (Hull, Drypool, Victoria Dock, Marfleet, Preston Road,Greatfield, Bilton Grange), HU10 (Anlaby, Kirk Ella, West Ella, Willerby),HU11 (Bilton) & HU12 (Hedon, Patrington, Preston)2) Common procurement vocabulary (CPV)601120005) Additional information about lots

Instructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 10Lot title: YO17 - Malton1) Short descriptionWithin post code area YO17 (Norton)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreen

instructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 11Lot title: YO18 - Pickering1) Short descriptionWithin post code area YO18 (Thornton-le-Dale)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 12Lot title: DN15 & 18 - Scunthorpe1) Short descriptionWithin post code areas DN15 (Alkborough, Appleby, Burton upon Stather,Coleby, Dragonby, Flixborough, Flixborough Ind Estate, Foxhills IndEstate, Gunness, High Risby, High Santon, Low Risby, Low Santon, Normanby,Roxby, Scunthorpe, Thealby, West Halton, Whitton, Wintringham, Winterton)& DN18 Barton-upon-Humber2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:

https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 13Lot title: YO21-22 - Whitby1) Short descriptionWithin post code areas YO21 (Whitby, Westerdale) & YO22 (Robin Hood's Bay)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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[Continuation of this Notice in Part 2 of 5]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Public road transport services PUBLISHED ON: 22/08/2013 DOCUMENT NUMBER: 282753-2013 Part 2 of 5 JOURNAL NUMBER: 162 SPECIFICATION DUE: 04/10/2013 DEADLINE: 04/10/2013 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): 60112000 Public road transport services AGENCY: YORKSHIRE AMBULANCE SERVICE NHS TRUST COUNTRY: GB. LANGUAGE: EN

Part 2 of 5access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 14Lot title: HU19 - Withernsea1) Short descriptionWithin post code area HU19 (Withernsea, Hollym, Holmpton, Out Newton,Rimswell, Waxholme)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tender

open to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 15Lot title: YO43 - York1) Short descriptionWithin post code area YO43 (Market Weighton, Holme-on-Spalding-Moor)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 16Lot title: YO62 - York1) Short description

Within post code area YO62 (Thorpe Hall, Helmsley. Kirkbymoorside)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 17Lot title: DL8 - BEDALE, HAWES, LEYBURN1) Short descriptionWithin post code DL8 (Wensleydale & Bedale)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/

ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 18Lot title: DL9 - CATTERICK GARRISON1) Short descriptionWithin post code area DL9 (Catterick Garrison)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 19Lot title: DL3 - DARLINGTON1) Short descriptionWithin post code area DL3 (Darlington West)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:

https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 20Lot title: DL10-11 - RICHMOND1) Short descriptionWithin post code areas DL10 (Richmond, Catterick, Brompton-upon-Swale &Scotch Corner) & DL11 (Swaledale & Arkengarthdale)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of online

and offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 21Lot title: TS14 - GUISBOROUGH1) Short descriptionWithin post code area TS142) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 22Lot title: HG1-3 & HG5 - HARROGATE1) Short descriptionWithin post code areas HG1 (Central, Bilton, Jennyfields, Duchy, NewPark), HG2 (Oatlands, Woodlands, Hookstone, Rossett, Pannal Ash, HarlowHill, Hornbeam Park), HG3 (Pannal, High Meadows, Killinghall, Spofforth,Bishop Monkton, Glasshouses, Follifoot, Pateley Bridge) & HG5 (Scotton,Knaresborough)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link to

register - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 23Lot title: TS15 - YARM TS9 & TS4 MIDDLESBROUGH1) Short descriptionWithin post code areas TS15 (Yarm, Kirklevington), TS9 (Great Ayton,Stokesley) & TS4 (Grove Hill, Longlands)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand 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 assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 24Lot title: DL6-7 - NORTHALLERTON1) Short descriptionWithin post code areas DL6 (Northallerton East & Ingleby Cross) & DL7(Northallerton West)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 25Lot title: HG4 - Ripon & YO51 - York1) Short descriptionWithin post code areas HG4 (Ripon, North Stainley, High Grantley, Masham)& YO51 (Boroughbridge)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password

(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 26Lot title: TS12-13 - SALTBURN-BY-THE-SEA1) Short descriptionWithin post code areas TS12 (Skelton-in-Cleveland) & TS13 (Staithes)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected]

Lot No: 27Lot title: YO11-13 - SCARBOROUGH1) Short descriptionWithin post code areas YO11 (Cayton), YO12 (Seamer) & YO132) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 28Lot title: YO19 & YO8 - York & Selby1) Short descriptionWithin post code areas YO19 (Dunnington, Escrick, Wheldrake, Murton,Riccall, Stillingfleet, Warthill) & YO8 (Barlby, Brayton, Bubwith, Cawood,Camblesforth, Drax, Thorpe Willoughby)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT to

access the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 29Lot title: YO7 - THIRSK1) Short descriptionWithin post code area YO7 (Thirsk)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register your[Continuation of this Notice in Part 3 of 5]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Public road transport services PUBLISHED ON: 22/08/2013 DOCUMENT NUMBER: 282753-2013 Part 3 of 5 JOURNAL NUMBER: 162 SPECIFICATION DUE: 04/10/2013 DEADLINE: 04/10/2013 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): 60112000 Public road transport services AGENCY: YORKSHIRE AMBULANCE SERVICE NHS TRUST COUNTRY: GB. LANGUAGE: EN

Part 3 of 5company on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 30Lot title: YO1 YO10 YO23-4 YO26 YO30-32 - York1) Short descriptionWithin post code areas YO1 (City Centre), YO10 (Fishergate, Fulford,Heslington, Osbaldwick, Tang Hall), YO23 (South Bank, Bishopthorpe,

Copmanthorpe, Rufforth), YO24 (Acomb, Dringhouses, Woodthorpe), YO26(Acomb, Leeman Road Area, Upper Poppleton, Nether Poppleton, GreenHammerton), YO30 (Bootham, Clifton, Skelton, Linton-on-Ouse), YO31(Heworth, Huntington (South), The Groves, Layerthorpe) & YO32 (Haxby,Huntington (North), Wigginton, New Earswick, Stockton-on-the-Forest,Strensall)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 31Lot title: YO41-YO42 - York1) Short descriptionWithin post code areas YO41 (Elvington, Full Sutton, Stamford Bridge,Sutton upon Derwent, Wilberfoss) & YO42 (Pocklington, Barmby Moor,Melbourne, Seaton Ross)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'

link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 32Lot title: YO60-61 - YORK1) Short descriptionWithin post code areas YO60 (Skewsby) & YO61 (Easingwold)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 33Lot title: LS22-23 - Wetherby

1) Short descriptionWithin post code areas LS22 (Collingham, Linton, Wetherby) & LS23 (BostonSpa, Bramham, Clifford, Thorp Arch, Walton)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 34Lot title: S70-75 - BARNSLEY1) Short descriptionWithin post code areas S70 (Central Barnsley, Birdwell, Stairfoot,Worsborough), S71 (Ardsley, Athersley, Monk Bretton, Royston), S72(Brierley, Cudworth, Grimethorpe, Shafton, South Hiendley), S73 (Brampton,Darfield, Wombwell, Hemingfield), S74 (Elsecar, Hoyland, Jump) & S75(Barugh Green, Cawthorne, Darton, Dodworth, Gawber, Mapplewell, Pogmoor,Staincross, Wilthorpe, Tankersley)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'

link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 35Lot title: DN1-12 - Doncaster1) Short descriptionWithin post code areas DN1 (Doncaster town centre), DN2 (Intake, Wheatley,Wheatley Hills), DN3 (Armthorpe, Barnby Dun, Branton, Edenthorpe, KirkSandall), DN4 (Balby, Belle Vue, Bessacarr, Cantley, Hexthorpe, Hyde Park,Warmsworth), DN5 (Arksey, Barnburgh, Bentley, Cusworth, Harlington,Scawsby, Scawthorpe, Sprotborough, Toll Bar), DN6 (Adwick-le-Street,Askern, Campsall, Moss, Norton, Sutton, Walden Stubbs, Woodlands), DN7(Dunsville, Hatfield, Lindholme, Stainforth), DN8 (Thorne), DN9 (Epworth,Finningley, Haxey, Auckley, Owston Ferry), DN10 (Bawtry, Misson,Misterton, Scrooby), DN11 (Harworth, New Rossington, Rossington, Tickhill,Wadworth) & DN12 (Conisbrough, Denaby Main, New Edlington, Old Denaby, OldEdlington)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the

‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 36Lot title: S60-66 - Rotherham1) Short descriptionWithin post code areas S60 (Brinsworth, Catcliffe, Central Rotherham,Masbrough, Moorgate, Treeton, Whiston), S61 (Greasbrough, Kimberworth,Rockingham, Thorpe Hesley), S62 (Rawmarsh, Wentworth), S63(Bolton-on-Dearne, Goldthorpe, Thurnscoe, Wath-on-Dearne, West Melton),S64 (Kilnhurst, Mexborough, Swinton), S65 (Herringthorpe, Ravenfield,Thrybergh, East Dene) & S66 (Bramley Hellaby, Maltby, Thurcroft,Wickersley, Braithwell)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 37Lot title: S1-14 S17 S20 S25-26 S35-36 - Sheffield1) Short descriptionWithin post code areas S1 (Sheffield City Centre), S2 (Arbourthorne,Heeley, Highfield, Manor, Norfolk Park, Wybourn, Park Hill), S3

(Broomhall, Burngreave, Neepsend, Netherthorpe), S4 (Grimesthorpe,Pitsmoor), S5 (Firth Park, Shirecliffe, Shiregreen, Southey Green, ParsonCross, Longley, Fir Vale), S6 (Bradfield, Hillsborough, Malin Bridge,Stannington, Upperthorpe, Walkley, Fox Hill, Wadsley Bridge, Wisewood,Wadsley, Loxley, Middlewood), S7 (Abbeydale, Nether Edge, Millhouses,Carter Knowle), S8 (Batemoor, Beauchief, Greenhill, Jordanthorpe,Lowedges, Meersbrook, Norton, Norton Lees, Woodseats), S9 (Attercliffe,Brightside, Darnall, Meadowhall, Tinsley, Wincobank), S10 (Broomhill,Broomhall, Crookes, Crookesmoor, Fulwood, Ranmoor, Crosspool), S11(Ecclesall, Endcliffe Park, Ecclesall Road, Greystones, Hunter's Bar,Millhouses, Sharrow Vale, Nether Edge, Whirlow), S12 (Birley, Gleadless,Gleadless Townend, Frecheville, Hackenthorpe, Intake, Ridgeway), S13(Handsworth, Richmond, Woodhouse), S14 (Gleadless Valley), S17 (Dore,Totley, Bradway), S20 (Westfield, Waterthorpe, Sothall, Donetsk Way,Owlthorpe, Beighton, Crystal Peaks, Halfway, Mosborough), S25 (Anston,Dinnington, Laughton-en-le-Morthen), S26 (Aston, Aughton, Harthill,Kiveton Park, Swallownest, Todwick, Wales), S35 (Chapeltown, Ecclesfield,Grenoside, High Green, Oughtibridge, Thurgoland, Wharncliffe Side,Wortley) & S36 (Penistone, Thurlstone, Millhouse Green, Oxspring,Stocksbridge, Deepcar)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 38Lot title: BD16-18 - Bingley-Shipley1) Short description

Within post code area BD16 (Bingley, Cottingley, Eldwick, Harden), BD17(Baildon, Shipley) & BD18 (Saltaire, Shipley, Windhill, Wrose)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 39Lot title: BD1-15 - Bradford1) Short descriptionWithin post code areas BD1 (Bradford City Centre, Little Germany Goitside,Westgate, Longlands), BD2 (Eccleshill, Five Lane Ends, parts ofUndercliffe, Fagley, Wrose, Bolton Woods, Poplars Farm, Swain House), BD3(Barkerend, Bradford Moor, Thornbury, Pollard Park, parts of Laisterdyke,Undercliffe, Wapping), BD4 (Bierley, East Bowling, East Bierley,Laisterdyke, Tong, Tong Street, Holme Wood, Dudley Hill, Tyersal, SwainGreen, Cutler Heights), BD5 (Bankfoot, Little Horton, West Bowling,Ripleyville, Canterbury, Marshfields), BD6 (Buttershaw, Wibsey, Woodside,Westwood Park, Odsal, Staithgate, parts of Horton Bank Top), BD7 (GreatHorton, Lidget Green, Scholemoor, Horton Bank Top, Horton Grange), BD8(Girlington, Manningham,Four Lane Ends, Lower Grange, White Abbey,Fairweather Green, Belle Vue), BD9 (Frizinghall, Heaton, Daisy Hill,Haworth Road Estate, Chellow Heights), BD10 (Apperley Bridge, parts ofEccleshill, Greengates, Idle, Thackley, Ravenscliffe, Thorpe Edge), BD11(Birkenshaw, Drighlington Tong Village), BD12 (Low Moor, Oakenshaw, Wyke),BD13 (Cullingworth, Clayton Heights Denholme, Queensbury, Thornton), BD14(Clayton) & BD15 (Allerton, Norr, Wilsden Sandy Lane Village)2) Common procurement vocabulary (CPV)

601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 40Lot title: HX6-7 & OL14 - Sowerby Bridge - Hebden Bridge & Todmorden1) Short descriptionwithin post code areas HX6 (Norland, Ripponden, Rishworth, Sowerby,Sowerby Bridge), HX7 (Cragg Vale, Hebden Bridge, Heptonstall, Mytholmroyd,Old Town) & OL14 (Cornholme, Todmorden, Eastwood, Walsden)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/

ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 41Lot title: BD24 LA2,6,10 - Settle Area1) Short descriptionWithin post code areas BD24 (Giggleswick, Horton in Ribblesdale, Settle),LA2 (Lancaster, Abbeystead, Aldcliffe, Aughton, Austwick, Bailrigg, BayHorse, Caton, Clapham, Cockerham, Dolphinholme, Ellel, Farleton, Galgate,Glasson Dock, Halton, Hest Bank, High Bentham, Hornby, Quernmore, Tatham,Wharfe), LA6 (Arkholme, Cantsfield, Casterton, Ingleton, Ireby, KirkbyLonsdale, Masongill, Tunstall, Whittington) & LA10 (Sedbergh, Dent)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 42Lot title: BD19, WF12-17 - Dewsbury1) Short descriptionWithin post code areas BD19 (Cleckheaton, Gomersal, Scholes), WF12

(Chickenley, Dewsbury, Savile Town, Shaw Cross, Thornhill, ThornhillLees), WF13 (Dewsbury Moor, Ravensthorpe, Staincliffe), WF14 (Hopton,Mirfield), WF15 (Roberttown, Liversedge), WF16 (Heckmondwike) & WF17(Birstall, Batley, Staincliffe)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' when[Continuation of this Notice in Part 4 of 5]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Public road transport services PUBLISHED ON: 22/08/2013 DOCUMENT NUMBER: 282753-2013 Part 4 of 5 JOURNAL NUMBER: 162 SPECIFICATION DUE: 04/10/2013 DEADLINE: 04/10/2013 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): 60112000 Public road transport services AGENCY: YORKSHIRE AMBULANCE SERVICE NHS TRUST COUNTRY: GB. LANGUAGE: EN

Part 4 of 5complete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 43Lot title: HD6, HX1-5 - Halifax1) Short descriptionWithin post code areas HD6 (Bailiff Bridge, Brighouse, Rastrick, Clifton),HX1 (Halifax Town Centre, Savile Park), HX2 (Highroad Well, Illingworth,Luddenden, Luddenden Foot, Midgley, Mixenden, Mount Tabor, Norton Tower,Ogden, Wainstalls, Warley Town), HX3 (Boothtown, Hipperholme, Lightcliffe,Norwood Green, Northowram, Ovenden, Shelf, Skircoat Green, Southowram),HX4 (Barkisland, Greetland, Holywell Green, Sowood, Stainland, West Vale)

& HX5 (Elland, Blackley)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 44Lot title: HD1-5 & HD7-9 - Huddersfield1) Short descriptionWithin post code areas HD1 (Huddersfield Town Centre, Hillhouse, Lockwood,Marsh, Paddock), HD2 (Birkby, Brackenhall, Bradley, Deighton, Fartown,Fixby, Sheepridge), HD3 (Lindley, Milnsbridge, Oakes, Outlane, Paddock,Salendine Nook, Scammonden, Longwood), HD4 (Berry Brow, Crosland Moor,Farnley Tyas, Netherton, Newsome, Lowerhouses, Stocksmoor, Cowlersley),HD5 (Almondbury, Dalton, Kirkheaton, Moldgreen, Waterloo, Lockwood), HD7(Golcar, Linthwaite, Marsden, Scapegoat Hill, Slaithwaite.), HD8 (ClaytonWest, Denby Dale, Emley, Fenay Bridge, Kirkburton, Lepton, Scissett,Shelley, Shepley, Skelmanthorpe) & HD9 (Birdsedge, Brockholes, Hepworth,Holme, Holmfirth, Honley, Meltham, Scholes, Upperthong, Wooldale)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password

(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 45Lot title: LS29 - Ilkley1) Short descriptionWithin post pode area LS29 (Addingham, Ben Rhydding, Burley in Wharfedale,Ilkley, Menston)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at

0800-3684580 or [email protected] No: 46Lot title: LS21 - Otley1) Short descriptionWithin post code area LS21 (Arthington, Otley, Pool)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 47Lot title: BD20-22 - Keighley1) Short descriptionWithin post code areas BD20 (Cononley, Cross Hills, Glusburn, Kildwick,Silsden, Steeton, Sutton-in-Craven), BD21 (Hainworth, Keighley), & BD22(Cowling, Haworth, Oakworth, Oxenhope)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tender

open to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 48Lot title: LS1-20 & LS25-281) Short descriptionWithin post code areas LS1 (Leeds city centre), LS2 (Leeds city centre,Woodhouse), LS3 (Woodhouse), LS4 (Burley, Kirkstall), LS5 (Hawksworth,Kirkstall), LS6 (Beckett Park, Headingley, Hyde Park, Meanwood,Woodhouse), LS7 (Beck Hill, Buslingthorpe, Chapel Allerton, Chapeltown,Little London, Lovell Park, Meanwood, Miles Hill, Potternewton, ScottHall, Sheepscar), LS8 (Fearnville, Gipton, Gledhow, Harehills, Oakwood,Roundhay), LS9 (Burmantofts, Cross Green, East End Park, Gipton,Harehills, Mabgate, Osmondthorpe, Richmond Hill, Halton Moor), LS10 (BelleIsle, Hunslet, Middleton, Stourton), LS11 (Leeds city centre, Beeston,Beeston Hill, Cottingley, Holbeck), LS12 (Armley, Farnley, New Farnley,Wortley), LS13 (Bramley, Gamble Hill, Moorside, Rodley, Swinnow), LS14(Killingbeck, Seacroft, Scarcroft, Swarcliffe, Thorner, Whinmoor), LS15(Austhorpe, Barwick-in-Elmet, Colton, Cross Gates, Halton, Halton Moor,Manston, Pendas Fields, Scholes, Temple Newsam, Whitkirk), LS16 (Adel,Bramhope, Cookridge, Eccup, Far Headingley, Holt Park, Ireland Wood,Lawnswood, Moor Grange, Tinshill, Weetwood, West Park), LS17 (Alwoodley,Bardsey, East Keswick, Eccup, Harewood, Moortown, Shadwell, Weardley,Wike), LS18 (Horsforth), LS19 (Carlton, Rawdon, Yeadon), LS20 (Guiseley,Hawksworth), LS25 (Aberford, Ferry Fryston, Garforth, Hillam, Kippax,Ledsham, Micklefield, Monk Fryston, Sherburn-in-Elmet), LS26 (GreatPreston, Methley, Mickletown, Oulton, Rothwell, Swillington, Woodlesford),LS27 (Churwell, Gildersome, Morley) & LS28 (Bagley, Calverley, Farsley,Pudsey, Stanningley)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password

(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 49Lot title: WF6 & WF10-11 - Normanton1) Short descriptionWithin post code areas WF6 (Altofts, Normanton), WF10 (Airedale, AllertonBywater, Castleford, Glasshoughton) & WF11 (Brotherton, Byram, CriddlingStubbs, Kellingley, Knottingley)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) 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 at0800-3684580 or [email protected] No: 50Lot title: WF7-9 - Pontefract1) Short descriptionWithin post code areas WF7 (Ackworth Moor Top, Featherstone, PurstonJaglin, Streethouse), WF8 (Darrington, Kirk Smeaton, Pontefract(Monkhill), Thorpe Audlin), & WF9 (Badsworth, Fitzwilliam, Hemsworth,Kinsley, South Elmsall, South Kirkby, Upton)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 51Lot title: BD23 - Skipton1) Short descriptionWithin post code area BD23 (Carleton-in-Craven, Embsay, Gargrave,Grassington, Hebden, Hellifield, Kettlewell, Kirkby Malham, Skipton,Threshfield)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' when

complete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] No: 52Lot title: LS24 - Tadcaster1) Short descriptionWithin post code area LS24 (Saxton, Stutton, Ulleskelf, Church Fenton,Tadcaster, Toulston)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) 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 at0800-3684580 or [email protected] No: 53Lot title: WF1-5 - Wakfield1) Short descriptionWithin post code areas WF1 (Alverthorpe, Eastmoor, Kirkthorpe, Outwood,Wakefield City Centre), WF2 (Kirkhamgate, Kettlethorpe, Lupset,Portobello, Newmillerdam, Sandal, Thornes, Walton (Wakefield)), WF3 (EastArdsley, Lofthouse, Lofthouse Gate, Robin Hood, Stanley, Tingley, WestArdsley), WF4 (Crigglestone, Crofton, Durkar, Flockton, Havercroft,Horbury, Netherton, New Crofton, Ryhill, West Bretton, Woolley) & WF5(Gawthorpe, Ossett)2) Common procurement vocabulary (CPV)601120005) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany on the eSourcing portal (once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk/web/login.shtml and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct details - Note the username you chose and click ‘Save' whencomplete - You will shortly receive an email with your unique password(keep secure). 2. Express an Interest in the tender - Login to the portalwith the username/password - Click the ‘PQQs / ITTs Open To All Suppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to any registered supplier) - Click on the relevant PQQ/ ITT toaccess the content. - Click the ‘Express Interest' button at the top ofthe 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 nowaccess any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITTDetails' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline toRespond' (please give a reason if declining) - You can now use the‘Messages' function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of onlineand offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response'button at the top of the page. If you require any further assistanceplease consult the online help or contact the eTendering help desk at0800-3684580 or [email protected] III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:In accordance with the conditions of contract applicable, the price of thecontract will be paid in monthly instalments over the duration of thecontract. Penalties for poor performance will be invoked as appropriate.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions: Prior to award of contract evidenceof holding the current appropriate, PSV Operators Licence, Taxi Licence or

Public Hire licence or driving licence (or equivalents) as requiredtogether with appropriate insurance, a satisfactory engineering inspectionand adequate resources in terms of premises, vehicles and personnel willbe required.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Information and formalities necessary for evaluating if therequirements are met: the authority will apply all the offences listed inArticle 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) ofthe Public Contract Regulations (PCR) 2006 in the UK) and all of theprofessional misconducts listed at Article 45(2) of Directive 2004/18/EC(see also Regulation 23(2) in the PCR 2006) to the decision of whether acandidate is eligible to be invited to tender.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: yesReference to the relevant law, regulation or administrative provision:licensed in accordance with Section 55 of the Local Government(Miscellaneous Provisions) Act 1976, as a licensed operator of privatevehicles.All the drivers employed by your firm licensed in accordance with Section51 of the Local Government (Miscellaneous Provisions) Act 1976, as alicensed driver of private vehicles.All the vehicles used by your firm licensed in accordance with Section 48of the Local Government (Miscellaneous Provisions) Act 1976.Section 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 statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:YAS-116IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 4.10.2013 - 17:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate4.10.2013 - 17:00IV.3.5) Date of dispatch of invitations to tender or to participate to

selected candidates19.8.2013IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain thetenderin days: 90 (from the date stated for receipt of tender)Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: yesEstimated timing for further notices to be published: 24-48 monthsVI.3) Additional informationInstructions how to express interest in this tender~:1. Register your company on the eSourcing portal (once) - Browse to theeSourcing Portal: https://noecpc.bravosolution.co.uk/web/login.shtml andclick the link to register - Accept the terms and conditions and click‘continue' - Enter your correct details - Note the username you chose andclick ‘Save' when complete - You will shortly receive an email with yourunique password (keep secure). Once registered, you will then be able toexpress interest in the tender exercise that is of interest to you2. Express an Interest in the tender - Login to the portal with theusername/password - Click the ‘PQQs / ITTs Open To All Suppliers' link.(These are Pre-Qualification Questionnaires/ Invitations to Tender open toany registered supplier) - Click on the relevant PQQ/ ITT to access thecontent. - Click the ‘Express Interest' button at the top of the page. -[Continuation of this Notice in Part 5 of 5]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Health and social work services PUBLISHED ON: 22/08/2013 DOCUMENT NUMBER: 282754-2013 JOURNAL NUMBER: 162 SPECIFICATION DUE: DEADLINE: 09/10/2013 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: Z - Not specified CRITERIA: 2 - The most economic tender CPV CODE(S): 85000000 Health and social work services AGENCY: GREATER EAST MIDLANDS COMMISSIONING SUPPORT UNIT COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Greater East Midlands Commissioning Support UnitFrancis Crick House, Summerhouse Road, Moulton Business ParkFor the attention of: Chris HorrocksNN3 6BF NorthamptonUNITED KINGDOMTelephone: +44 7771981515E-mail: [email protected] information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)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 contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:NHS Nene and NHS Corby CCG – Carers Sitting Service.

II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 25: Health and social servicesMain site or location of works, place of delivery or of performance:Northamptonshire.NUTS code UKF23II.1.5) Short description of the contract or purchase(s)Carers Sitting Servcie for Northamptonshire.II.1.6) Common procurement vocabulary (CPV)85000000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:NHS Greater East Midlands Commissioning Support Unit on behalf of NHS Neneand NHS Corby Clinical Commissioning Groups is seeking to procure a CarersSitting Service.The period of the contract will be for 3 years.This Service is to support informal unpaid carers and help them maintaintheir caring role by providing a sitting service and will enable carers tohave a break from caring and contribute to their wellbeing and goodhealth.To access the documentation and submit your response please register yourorganisation on the Bravo. website:https://emprocurenhs.bravosolution.co.ukThe ITT reference is ITT 28917. The ITT will be available from 23.8.2013.II.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:See Tender Documentation.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:The Contracting Authority reserves the right to require groupings ofcontractors to take a particular legal form orto require one party toundertake primary legal liability or to require that each party undertakesjoint and severalliability.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Suppliers Instructions How to Express Interest in this Tender~:1. Register your company on the eSourcing portal (this is only requiredonce) – Browse to the eSourcing Portal:https://emprocure.bravosolution.co.uk and click the link to register –accept the terms and conditions and click 'continue' – enter your correctbusiness and user details – note the username you chose and click 'Save'when complete – you will shortly receive an email with your uniquepassword (please keep this secure);

2. Express an Interest in the tender – login to the portal with theusername/password – click the 'PQQs/ITTs Open To All Suppliers' link.(These are Pre-Qualification Questionnaires or Invitations to Tender opento any registered supplier) – click on the relevant PQQ/ ITT to access thecontent – 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 asecure area reserved for your projects only) – you can now access anyattachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box;3. Responding to the tender – click 'My Response' under 'PQQ/ ITTDetails', 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 – notethe deadline for completion, then follow the onscreen instructions tocomplete the PQQ/ ITT – there may be a mixture of online & offline actionsfor you to perform (there is detailed online help available) You must thensubmit your reply using the 'Submit Response' button at the top of thepage. If you require any further assistance please consult the onlinehelp, or contact the eTendering help desk.Section 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 statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:ITT 28917 – GEMCSU-CSS-CH06.IV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate9.10.2013 - 17:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.3) Additional informationThe Contracting Authority intends to use an eTendering system in thisprocurement exercise and reserves the right to use a reverse auction.The services to which this notice relates fall within Part B of Schedule3, Part 10 of the Public Services Contracts Regulations 2006 (as amended)(the Regulations). Neither the publication of this notice nor theemployment of any particular terminology nor any other indication shall betaken to mean that the contracting authority(ies) intend to holdthemselves bound by any of the Regulations save those applicable to Part Bservices.VI.5) Date of dispatch of this notice:19.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: System quality assurance assessment and review services PUBLISHED ON: 22/08/2013 DOCUMENT NUMBER: 282825-2013 JOURNAL NUMBER: 162 SPECIFICATION DUE: DEADLINE: 04/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 3 - Accelerated restricted procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: Z - Not specified CRITERIA: 2 - The most economic tender CPV CODE(S): 72225000, 75131100 System quality assurance assessment and review services, General personnel services for the government AGENCY: UNIVERSITY HOSPITAL OF SOUTH MANCHESTER NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)University Hospital of South Manchester NHS Foundation TrustInternational House, Ledson RoadFor the attention of: Stephen NewtonM23 9GP ManchesterUNITED KINGDOMTelephone: +44 1612913767E-mail: [email protected] information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)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 contractingauthorities: yesSection II: Object of the contractII.1) DescriptionII.1.2) Type of contract and location of works, place of delivery or of

performanceServicesService category No 11: Management consulting services [6] and relatedservicesNUTS code UKD31II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with a single operatorDuration of the framework agreementDuration in years: 4II.1.5) Short description of the contract or purchase(s)Design, development and management of a dedicated user interface for theNHS Leadership Model, supporting as a minimum self assessment and 360degree diagnostic feedback tools.II.1.6) Common procurement vocabulary (CPV)72225000, 75131100II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.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.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Suppliers Instructions How to Express Interest in this Tender~:1. Register your company on the eSourcing portal (this is only requiredonce) - Browse to the eSourcing Portal: https://www.nhssourcing.co.uk andclick the link to register - Accept the terms and conditions and click'continue' - Enter your correct business and user details - Note theusername you chose and click 'Save' when complete - You will shortlyreceive an email with your unique password (please keep this secure) 2.Express an Interest in the tender - Login to the portal with theusername/password - Click the 'PQQs / ITTs Open To All Suppliers' link.(These are Pre-Qualification Questionnaires or Invitations to Tender opento any registered supplier) - Click on the relevant PQQ/ ITT to access thecontent. - 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 asecure area reserved for your projects only) -You can now access anyattachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box3. Responding to the tender - Click 'My Response' under 'PQQ/ ITTDetails', 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 - Notethe deadline for completion, then follow the onscreen instructions tocomplete the PQQ/ ITT - There may be a mixture of online and offlineactions for you to perform (there is detailed online help available) Youmust then submit your reply using the 'Submit Response' button at the topof the page. If you require any further assistance please consult the

online help, or contact the eTendering help desk.Section IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureAccelerated restrictedJustification for the choice of accelerated procedure: Service arerequired urgentlyIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate4.9.2013 - 17:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.3) Additional informationThe Contracting authority intends to use an eTendering system in thisprocurement exercise and reserves the right to use a reverse auction.VI.5) Date of dispatch of this notice:19.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Health services PUBLISHED ON: 22/08/2013 DOCUMENT NUMBER: 282849-2013 JOURNAL NUMBER: 162 SPECIFICATION DUE: 11/09/2013 DEADLINE: 20/09/2013 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: 3 - Submission for one or more lots CRITERIA: 2 - The most economic tender CPV CODE(S): 85100000 Health services AGENCY: NHS NORTH OF ENGLAND COMMISSIONING SUPPORT UNIT COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)NHS North of England Commissioning Support UnitTeesdale House, Westpoint Road, ThornabyFor the attention of: Maxine ElstobTS17 6BL Stockton-on-TeesUNITED KINGDOMTelephone: +44 1642746911E-mail: [email protected] information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityOther: Clinical Commissioning groupsI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:GP Out of Hours Services - North of Tyne Clinical Commissioning Groups -

NECS013.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 25: Health and social servicesMain site or location of works, place of delivery or of performance:Newcastle North and East; Newcastle West; Northumberland and NorthTyneside.NUTS code UKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)The following Clinical Commissioning Groups (CCGs) propose to commissionGP Out of Hours Services for registered patients and temporary residentsacross Newcastle, North Tyneside and Northumberland:— Newcastle North and East CCG,— Newcastle West CCG,— North Tyneside CCG,— Northumberland CCG.The CCGs intend to procure the services in lots:— lot 1 will cover Newcastle North and East CCG and Newcastle West CCG,— lot 2 will cover North Tyneside CCG,— lot 3 will cover Northumberland CCG.A provider can bid for either one or multiple lots.The service provider(s) will provide qualified and suitable healthcareprofessionals to deliver immediate or necessary primary healthcaretreatment during the out of hours period. Services delivered will be highquality, safe, effective and will enhance the patient experience duringthe out of hours period, to ensure that the patient is treated by theright professional, in the most appropriate place and within the correcttimeframe.The aims of this service are to ensure that:— the service supports the delivery of urgent care across the wholesystem,— the service can respond flexibly to changing needs and is delivered topatients in a timely manner,— the service is accessible to patients,— the provider(s) works closely with other providers of urgent care,— the provider(s) prioritise patients with urgent care needs,— the provider(s) develops an effective working relationship with local GPpractices,— and the provider(s) cooperates and complies with other commissionedservices, including NHS 111.For the avoidance of doubt this procurement is for Part B services andtherefore the full scope of the Regulations do not apply.II.1.6) Common procurement vocabulary (CPV)85100000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.1.8) Lots

This contract is divided into lots: yesTenders may be submitted for one or more lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The CCGs intend to procure the services in lots:— lot 1 will cover Newcastle North and East CCG and Newcastle West CCG,— lot 2 will cover North Tyneside CCG,— lot 3 will cover Northumberland CCG.A provider can bid for either one or multiple lots.Estimated value excluding VAT:Range: between 4 407 544 and 8 113 361 GBPII.2.2) Information about optionsOptions: noII.3) Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)Information about lotsLot No: 1Lot title: GP OOH Newcastle North and East CCG and Newcastle West CCG.1) Short descriptionGP Out of Hours Services for registered patients and temporary residentsacross Newcastle.2) Common procurement vocabulary (CPV)851000003) Quantity or scopeEstimated value excluding VAT: 5 512 330 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)5) Additional information about lotsThe Contracting Authority intends to use an eTendering system in thisprocurement exercise and reserves the right to use a reverse auction.The Invitation to Tender and supporting documents are available todownload through BravoSolutions who are the managed service provider forthe NEPS e-tendering portal.The portal is available at https://nhs-neps.bravosolution.co.uk. It isfree to register on the portal, and it can be accessed at any time of theday.Once bidders have registered on the NEPS eSourcing Portal viaBravoSolutions, the Invitations to Tender (ITT) can be found via accessingthe ‘ITT's Open to All Suppliers' option on the Supplier Home Page.Once bidders have registered on the NEPS eSourcing Portal viaBravoSolutions, the Invitation to Tender (ITT) can be found via accessingthe ‘ITT's Open to All Suppliers' option on the Supplier Home Page andselecting 'itt_95 GP Out of Hours Services - North of Tyne ClinicalCommissioning Groups'.Closing date for return of ITT documentation: 12:00 on 20.9.2013.Should you have any queries or if you are having problems registering onthe portal, please contact the BravoSolution dedicated Supplier Helpdeskby calling +44 8003684850 (monday to friday from 9:00 to 18:00) or

emailing [email protected] the avoidance of doubt this procurement is for Part B services andtherefore the full scope of the Regulations do not apply.Lot No: 2Lot title: GP Out of Hours - North Tyneside CCG.1) Short descriptionGP Out of Hours Services for registered patients and temporary residentsacross North Tyneside.2) Common procurement vocabulary (CPV)851000003) Quantity or scopeEstimated value excluding VAT: 4 407 544 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)5) Additional information about lotsThe Contracting Authority intends to use an eTendering system in thisprocurement exercise and reserves the right to use a reverse auction.The Invitation to Tender and supporting documents are available todownload through BravoSolutions who are the managed service provider forthe NEPS e-tendering portal.The portal is available at https://nhs-neps.bravosolution.co.uk. It isfree to register on the portal, and it can be accessed at any time of theday.Once bidders have registered on the NEPS eSourcing Portal viaBravoSolutions, the Invitations to Tender (ITT) can be found via accessingthe ‘ITT's Open to All Suppliers' option on the Supplier Home Page.Closing date for return of ITT documentation: 12:00 on 20.9.2013.Should you have any queries or if you are having problems registering onthe portal, please contact the BravoSolution dedicated Supplier Helpdeskby calling +44 8003684850 (monday to friday from 9:00 to 18:00) oremailing [email protected] the avoidance of doubt this procurement is for Part B services andtherefore the full scope of the Regulations do not apply.Lot No: 3Lot title: GP Out of Hours Northumberland CCG.1) Short descriptionGP Out of Hours Services for registered patients and temporary residentsacross Northumberland.2) Common procurement vocabulary (CPV)851000003) Quantity or scopeEstimated value excluding VAT: 8 113 361 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)5) Additional information about lotsThe Contracting Authority intends to use an eTendering system in thisprocurement exercise and reserves the right to use a reverse auction.The Invitation to Tender and supporting documents are available todownload through BravoSolutions who are the managed service provider for

the NEPS e-tendering portal.The portal is available at https://nhs-neps.bravosolution.co.uk. It isfree to register on the portal, and it can be accessed at any time of theday.Once bidders have registered on the NEPS eSourcing Portal viaBravoSolutions, the Invitations to Tender (ITT) can be found via accessingthe ‘ITT's Open to All Suppliers' option on the Supplier Home Page.Closing date for return of ITT documentation: 12:00 on 20.9.2013.Should you have any queries or if you are having problems registering onthe portal, please contact the BravoSolution dedicated Supplier Helpdeskby calling +44 8003684850 (monday to friday from 9:00 to 18:00) oremailing [email protected] the avoidance of doubt this procurement is for Part B services andtherefore the full scope of the Regulations do not apply.Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:Any consortia will be required to form a legal entity prior to the awardof contract in which each member is jointly and severally liable.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions: Full details of the information tobe provided is detailed within the invitation to tender pack which must besought and returned by the closing deadline.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Full details of the information to be provided is detailed withinthe invitation to tender pack which must be sought and returned by theclosing deadline.Suppliers Instructions How to Express Interest in this Tender:1. Register your company on the eSourcing portal (this is only requiredonce) - browse to the eSourcing Portal:https://nhs-neps.bravosolution.co.uk and click the link to register -accept the terms and conditions and click ‘continue' - enter your correctbusiness and user details - note the username you chose and click ‘Save'when complete - you will shortly receive an email with your uniquepassword (please keep this secure).2. Express an interest in the tender - login to the portal with theusername/password - click the ‘PQQs/ITTs Open To All Suppliers' link(these are pre-qualification questionnaires or invitations to tender opento any registered supplier) - click on the relevant PQQ/ITT to access thecontent - 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 asecure area reserved for your projects only) - you can now access anyattachments 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' (pleasegive a reason if declining) - you can now use the ‘Messages' function to

communicate with the buyer and seek any clarification - note the deadlinefor completion, then follow the onscreen instructions to complete thePQQ/ITT - there may be a mixture of online and offline actions for you toperform (there is detailed online help available) - you must then submityour reply using the ‘Submit Response' button at the top of the page. Ifyou require any further assistance please consult the online help, orcontact the eTendering help desk.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Full details of the information to be provided is detailed withinthe invitation to tender pack which must be sought and returned by theclosing deadline.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Full details of the information to be provided is detailed within theinvitation to tender pack which must be sought and returned by the closingdeadline.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 11.9.2013Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate20.9.2013 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion 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.The invitation to tender and supporting documents are available todownload through BravoSolutions who are the managed service provider forthe NEPS e-tendering portal.The portal is available at https://nhs-neps.bravosolution.co.uk. It isfree to register on the portal, and it can be accessed at any time of theday.Once bidders have registered on the NEPS eSourcing Portal viaBravoSolutions, the Invitations to Tender (ITT) can be found via accessingthe ‘ITT's Open to All Suppliers' option on the Supplier Home Page.Closing date for return of ITT documentation: 12:00 on 20.9.2013.Should you have any queries or if you are having problems registering onthe portal, please contact the BravoSolution dedicated Supplier Helpdeskby calling +44 8003684850 (monday to friday from 9:00 to 18:00) oremailing [email protected]) Date of dispatch of this notice:19.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Medical information systems PUBLISHED ON: 23/08/2013 DOCUMENT NUMBER: 284252-2013 JOURNAL NUMBER: 163 SPECIFICATION DUE: DEADLINE: 19/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: N - National or federal Agency/Office TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 48814000 Medical information systems AGENCY: NHS CENTRAL MIDLANDS CSU COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)NHS Central Midlands CSUKingston House, 438-450 High StreetFor the attention of: Gary HemerB70 9LD West BromwichUNITED KINGDOMTelephone: +49 1216123904E-mail: [email protected] address(es):General address of the contracting authority:https://cmcsu.bravosolution.co.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityNational or federal agency/officeI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesSection II: Object of the contract

II.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Central Care Record.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 7: Computer and related servicesMain site or location of works, place of delivery or of performance: TheOrganisations participating in the procurement are healthcare and localgovernment bodies in Birmingham, Solihull and Sandwell including:-Sandwell & West Birmingham Clinical Commissioning Group ( the ContractingAuthority);Birmingham Cross City Clinical Commissioning Group;Birmingham South Central Clinical Commissioning Group;Solihull Clinical Commissioning Group;Birmingham Community Health NHS Foundation Trust;Sandwell & West Birmingham Hospitals NHS Trust;Heart of England NHS Foundation Trust;University Hospitals Birmingham NHS Foundation Trust;Birmingham & Solihull Mental Health Trust;Black Country Partnership NHS Foundation Trust;West Midlands Ambulance Service NHS Trust;Royal Orthopaedic Hospital NHS Trust , Birmingham;Birmingham Childrens Hospital NHS Foundation Trust;Birmingham Womens Hospital NHS Foundation Trust;Birmingham City Council;Solihull Metropolitan Borough Council;Sandwell Metropolitan Borough Council.NUTS code UKG31II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Central Care Record to make relevant information for 1.6m citizensavailable to appropriate health and social-care staff wherever they aretreating citizens across Birmingham, Solihull and Sandwell.II.1.6) Common procurement vocabulary (CPV)48814000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Central Care Record - Technical Overview:The Central Care Record (CCR) will make relevant information for aninitial 1.6m citizens available to appropriate health and social-carestaff wherever they are treating citizens across Birmingham, Solihull andSandwell. CCR will give people taking care of citizens the appropriate and

relevant information at the right time, to make more informed decisions.CCR will collate 17 different organisations' data to provide a singleappropriate view on a citizen's health and social information. Thecollation of the 17 organisations' data will require the appropriatematching algorithms to link disparate systems data together, toappropriately manage the data quality issues and reporting availability.The CCR will need to use a variety of citizen identifiers and to retaineach as a separate identifier type and have the ability to search on allas each organisation may have differing requirements.The CCR project will consist of 5 major components:- Integration;- Data Repository;- Health and Social Care Portal;- Patient Portal;- Data Extraction for Business Intelligence.The integration will need to deal with multiple systems, differingtechnologies and differing standards (HL7, CSV, XML etc). It will alsoneed to deal with differing data availability and different frequencies ofdata loads as well as real-time. This will be done through secure,encrypted data transfer.The data repository will need to record all of the data supplied keepingdata appropriate to when it was available and by which organisation madethat data available. All data will be held securely as information andcitizen confidentiality is paramount.The health and social care portal (to be used by health and social careprofessionals) will allow users to login to the portal and viewappropriate information based on their role or position. The system willbe built using web services (using an open API), so that organisations donot have to log into an application but can consume the web services andbuild the functionality into their own systems if required. The careportal must have the ability to view a citizen's record as at a point intime; this will enable tracking of what a user saw at any given point intime.The patient portal will allow patients to securely login to the portal andview relevant information recorded about their care, possibly including asocial care dataset. The security arrangements will allow for parent /guardians to view other citizens' records where appropriate. Security willallow the record to be restricted where appropriate. The system will allowthe patient to cancel / book GP appointments and to order repeatprescriptions. The system will allow users to setup alerts to appointmentsby a variety of mechanisms.Data Extraction will allow the Business Analysts to extract any / allinformation from the system in a scheduled / timely manner includinganonymised to allow for secondary analysis of care.The CCR will need the ability to show and process conflicts with data backto the various organisations.II.2.2) Information about optionsOptions: yesDescription of these options: The contract will be for an initial periodof 5 years with an option (to be exercisable under the contract) to extendthe contract for a period of up to 24 months depending upon business

needs.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.1.1) Deposits and guarantees required:Parent company or other guarantees may be required in certaincircumstances. See the invitation to offer for further details.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Any supplier may be disqualified who: (a) is bankrupt or is beingwound up, where his affairs are being administered by the court, where hehas entered into an arrangement with creditors, where he has suspendedbusiness activities or is in any analogous situation arising from asimilar procedure under national laws and regulations; (b)is the subjectof proceedings for a declaration of bankruptcy, for an order forcompulsory winding up or administration by the court or of an arrangementwith creditors or of any other similar proceedings under national laws andregulations;(c) has been convicted by a judgment which has the force ofres judicata in accordance with the legal provisions of the country of anyoffence concerning his professional conduct; (d) has been guilty of graveprofessional misconduct proven by any means which the contractingauthorities can demonstrate; (e) has not fulfilled obligations relating tothe payment of social security contributions in accordance with the legalprovisions of the country in which he is established or with those of thecountry of the contracting authority; (f) has not fulfilled obligationsrelating to the payment of taxes in accordance with the legal provisionsof the country in which he is established or with those of the country ofthe contracting authority; (g)is guilty of serious misrepresentation insupplying the information required under this Section or has not suppliedsuch information; (h) has been the subject of a conviction forparticipation in a criminal organisation, as defined in Article 2(1)ofCouncil Joint Action 98/733/JHA; (i) has been the subject of a convictionfor corruption, as defined in Article 3 of the Council Act of 26 May 1972and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; (j) hasbeen the subject of a conviction for fraud within the meaning of Article 1of the Convention relating to the protection of the financial interests ofthe European Communities; (k) has been the subject of a conviction formoney laundering, as defined in Article 1 of Council Directive 91/308/EECof 10 June 1991 on prevention of the use of the financial system for thepurpose of money laundering.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: The following may be requested in assessing potential bidders'economic and financial capacity:- (a) appropriate statements from banksor, where appropriate, evidence of relevant professional risk indemnityinsurance; (b) the presentation of balance-sheets or extracts from thebalance-sheets, where publication of the balance-sheet is required underthe law of the country in which the economic operator is established; (c)

a statement of overall turnover and, where appropriate, of turnover in thearea covered by the contract for a maximum of the last two financial yearsavailable, depending on the date on which the undertaking was set up orthe economic operator started trading, as far as the information on theseturnovers is available. Please refer to the Pre-QualificationQuestionnaire and/or Memorandum of Information for specific requirements.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Central Midlands CSU requires that potential bidders, in submitting theirexpression of interest, complete procurement specific information in theform of a Pre-Qualification Questionnaire (PQQ) available athttps://cmcsu.bravosolution.co.uk (Reference PQQ_249). Failure to respondto the PQQ as required will result in an incomplete expression ofinterest. Please refer to Section VI.3) below for additional information.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 5: and maximum number 20Objective criteria for choosing the limited number of candidates: Thecriteria for the selection of participants to be invited to tender is setout in the Memorandum of Information accompanying the Pre QualificationQuestionnaire relating to this procurement.IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:Project 185 CCRIV.3.2) Previous publication(s) concerning the same contractPrior information noticeNotice number in the OJEU: 2012/S 205-337436 of 24.10.2012IV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate19.9.2013 - 17:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates16.10.2013IV.3.6) Language(s) in which tenders or requests to participate may be

drawn upEnglish.IV.3.8) Conditions for opening of tendersPlace:Tenders will be opened electronically as soon as practically possiblefollowing the closing date and time for the receipt of tenders.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationIf and when this requirement is offered to tender, this will be done viaelectronic means using the internet, and may also be through the medium ofan electronic reverse auction. Central Midlands CSU is conducting thisprocurement exercise as a central purchasing body for another NHS body(please refer to the PQQ and/or MOI for details) with whom the successfulbidder(s) will enter into contracts for the supply of the services. Anyother public sector body wishing to access the contract may do so onlywith permission from the contracting NHS body. The contract conditionswill be set out in the Invitation to Tender. Further details will be madeavailable via documentation and information released during the course ofthe tender process.Submission of expression of interest and procurement specific information.This exercise will be conducted on the Central Midlands CSU portal athttps://cmcsu.bravosolution.co.uk. Candidates wishing to be consideredmust register their expression of interest & provide additionalprocurement-specific information (by completing a PQQ) through the portalas follows: i)Candidates should register on the portal athttps://cmcsu.bravosolution.co.uk (registration and use of the website isfree of charge). If your organisation has registered previously, you donot need to re-register. ii)Once registered, candidates must expressinterest by a) logging-in to the Central Midlands CSU eTendering portal,b)selecting response to advert and PQQ, c) select Open Access PQQ, d)search for and access listing related to this contract and view details,e) click on Express Interest link iii)Once you have expressed interest,access the My PQQs page where you can download documentation (if required)& construct your reply as instructed. You must submit your reply on thewebsite by the deadline stated. For technical support in submitting yourexpression of interest contact the BravoSolution Help-desk on 0800 3684850 or [email protected]) Procedures for appealVI.4.1) Body responsible for appeal proceduresNHS Central Midlands CSUKingston House, 438-450 High StreetB70 9LD West BromwichUNITED KINGDOMInternet address: www.experiencecounts.org.ukVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Following the

conclusion of the tender evaluation all bidders will be informed of thedecision. A standstill period of a minimum of 10 days will then be heldbefore any contract is entered into in accordance with the Eu RemediesDirective.VI.5) Date of dispatch of this notice:20.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Evaluation consultancy services PUBLISHED ON: 23/08/2013 DOCUMENT NUMBER: 284263-2013 JOURNAL NUMBER: 163 SPECIFICATION DUE: DEADLINE: 23/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: Z - Not specified CRITERIA: 2 - The most economic tender CPV CODE(S): 79419000, 73000000 Evaluation consultancy services, Research and development services and related consultancy services AGENCY: UNIVERSITY HOSPITAL OF SOUTH MANCHESTER NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)University Hospital of South Manchester NHS Foundation TrustInternational House, Ledson RoadFor the attention of: Stephen NewtonM23 9GP ManchesterUNITED KINGDOMTelephone: +44 1612915134E-mail: [email protected]: +44 1612913767Further information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)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 contractingauthorities: yesSection II: Object of the contractII.1) Description

II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 8: Research and development servicesNUTS code UKD31II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementDuration of the framework agreementDuration in years: 4II.1.5) Short description of the contract or purchase(s)The NHS Leadership Academy invites proposals from providers of researchand evaluation (R&E) services to be included on its Framework Agreement.The R&E needs of the NHS Leadership Academy are many, varied and changerapidly. The Framework Agreement must include organisations able toprovide one or more of the stated services. Organisations able to provideone or more of these services in a responsive, flexible and robust mannerare invited to log on to insert UHSM link to access further documentation.II.1.6) Common procurement vocabulary (CPV)79419000, 73000000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.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.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Suppliers Instructions How to Express Interest in this Tender~:1. Register your company on the eSourcing portal (this is only requiredonce) - Browse to the eSourcing Portal: https://www.nhssourcing.co.uk andclick the link to register - Accept the terms and conditions and click'continue' - Enter your correct business and user details - Note theusername you chose and click 'Save' when complete - You will shortlyreceive an email with your unique password (please keep this secure) 2.Express an Interest in the tender - Login to the portal with theusername/password - Click the 'PQQs / ITTs Open To All Suppliers' link.(These are Pre-Qualification Questionnaires or Invitations to Tender opento any registered supplier) - Click on the relevant PQQ/ ITT to access thecontent. - 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 asecure area reserved for your projects only) -You can now access anyattachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box3. Responding to the tender - Click 'My Response' under 'PQQ/ ITTDetails', 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 - Notethe deadline for completion, then follow the onscreen instructions tocomplete the PQQ/ ITT - There may be a mixture of online & offline actions

for you to perform (there is detailed online help available) You must thensubmit your reply using the 'Submit Response' button at the top of thepage. If you require any further assistance please consult the onlinehelp, or contact the eTendering help desk.Section IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate23.9.2013 - 17:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.3) Additional informationThe Contracting Authority intends to use an eTendering system in thisprocurement exercise and reserves the right to use a reverse auction.VI.5) Date of dispatch of this notice:21.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Transport equipment and auxiliary products to transportation PUBLISHED ON: 23/08/2013 DOCUMENT NUMBER: 284342-2013 JOURNAL NUMBER: 163 SPECIFICATION DUE: 18/09/2013 DEADLINE: 18/09/2013 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: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 34000000 Transport equipment and auxiliary products to transportation AGENCY: NHS CECSU COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)NHS CECSUPhoenix Court, Christopher Martin RoadFor the attention of: Sarah ClarkSS14 3HG BasildonUNITED KINGDOMTelephone: +44 1268705046E-mail: [email protected] address(es):General address of the contracting authority:http://www.centraleasterncsu.nhs.ukAddress of the buyer profile: https://centralcsu.bravosolution.co.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityBody governed by public lawI.3) Main activityHealthSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:

Non-emergency patient transport services for Mid Essex.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 2: Land transport services [2], including armoured carservices, and courier services, except transport of mailMain site or location of works, place of delivery or of performance: MidEssex.NUTS codeII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Mid Essex Clinical Commissioning Group are tendering for a single providerof Non-Emergency Patient Transport Service (PTS) for the registeredgeneral practice population of Mid Essex to and from agreed treatmentcentres within Mid Essex. The approximate number of PTS journeys over thelast financial year was c. 119,050 in Mid Essex.The specific elements that the CCG seek to tender in a single solution areas follows:- Transport planning in advance of the required date (up to 12 noon on theprevious working day);- Transport planning for short notice transport bookings (on the dayrequests) to support the needs of the local health economy.The types of journey are to/from:- Outpatient and clinic appointments at hospitals, treatment centres andhealth centres;- Day case and Inpatient attendances;- Renal Dialysis Attendances;- Discharges from hospitals (Acute and Community) (including on the dayrequests);- Inter hospital transfers - between the designated treatment sites;- Support GP short notice requests to dedicated assessment units.- Support home visits for Occupational Therapy assessments;- Accident and Emergency Post Treats;- Burns Unit.The mobility categories of Patients for these requests are shown below:Name DescriptionWalker (C) Car suitable, Patient manages own mobility and requires nolifting or moving.One Person Crew (C1) minimum assistance required (Patient can walk 2 or 3steps or is in wheel chair in easily accessible accommodationTwo Person Crew (C2) Patient that can sit but requires two staff to liftor carry the patient during the journeyWheelchair (WC) Patient who for medical reasons require travel in theirown wheelchair during the journey and can be wheeled to and from theVehicle. Vehicle to have wheelchair securing facilities (e.g. approvedtracking system)Stretcher (STR) Patient that needs to lie down in secure position andrequires two ambulance Staff who are trained to lift stretchers.Escort (ESC) Patient who have a medical need to be accompanied to/from

their appointment by carer/relative/healthcare professional or guide/aidassistance dogs.The service will be expected to provide a range of vehicles suitable tomeet the needs of patients described above.Out of county transportation/patient repatriationTransport will be required for out of county patients (those that are notregistered with a GP practice within the Mid Essex Clinical CommissioningGroup footprints) being repatriated to their local district generalhospital or home address. This transport is usually required at shortnotice and the provider will arrange movement on the same day as beds inthe receiving hospital become available.Additional information— Bidders will be assessed at Pre-Qualifying Questionnaire stage againsttheir capability to provide the service elements described above.— The provider will ensure that all staff employed in the service withdirect patient contact (including by telephone) have been subject to aDisclosure and Barring Service (DBS) check.— The provider will ensure all staff maintain professional registration(where required) and undertake regular training and evaluation asrequired.— Mid Essex CCG and their providers participate in a comprehensive systemresilience and escalation framework to ensure the safe and effectivedelivery of health care services at times of increased demand or reducedcapacity. The provider of Patient Transport services will participate inescalation and resilience measures across Mid Essex as necessary includingregular attendance at relevant meetings or teleconferences.— The availability of transport will be sufficient to manage predictableand unpredictable surges in demand. The provider will profile demand andcorresponding transport capacity for each day to take account of seasonalfluctuations and in particular the increased demand for NHS servicesduring winter months, where the provider will be required to provideadditional vehicles in comparison to other parts of the year.— For all services, the provider will produce data relating to serviceprovision on a regular or ad hoc basis as required by Mid Essex ClinicalCommissioning Group.— TUPE/COSOP is expected to apply to this service – further details willbe provided at the ITT stage.— Tenders will be assessed using the Most Economically Advantageous Tender(MEAT) criteria, with overall weightings for Quality and Cost. Theseelements are also likely to have weighted sub-criteria. Full details ofthe scoring system and weightings will be provided in the ITTdocumentation.Commissioning Intentions: It is intended at this stage that theprocurement of Non Emergency Patient Services for Mid Essex CCG will starton 1.4.2014. The winning bidder will need to ensure that the mobilisationperiod meets this deadline when the contract is awarded on 13.12.2013.The elements of the Patient Transport Services Booking System are notwithin the scope of this procurement.II.1.6) Common procurement vocabulary (CPV)34000000II.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: noII.1.9) Information about variantsVariants will be accepted: noII.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.1.1) Deposits and guarantees required:Parent company or other guarantees, bonds, deposits, insurance or otherforms of security may be required in certain circumstances.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Suppliers Instructions How to Express Interest in this Tender~:1. Register your company on the eSourcing portal (this is only requiredonce) - Browse to the eSourcing Portal:https://centraleasterncsu.bravosolution.co.uk and click the link toregister - Accept the terms and conditions and click ‘continue' - Enteryour correct business and user details - Note the username you chose andclick ‘Save' when complete - You will shortly receive an email with yourunique password (please keep this secure) 2. Express an Interest in thetender - Login to the portal with the username/password - Click the ‘PQQs/ ITTs Open To All Suppliers' link. (These are Pre-QualificationQuestionnaires or Invitations to Tender open to any registered supplier) -Click on the relevant PQQ/ ITT to access the content. - Click the ‘ExpressInterest' button at the top of the page. - This will move the PQQ /ITTinto your ‘My PQQs/ My ITTs' page. (This is a secure area reserved foryour projects only) -You can now access any attachments by clicking ‘BuyerAttachments' in the ‘PQQ/ ITT Details' box 3. Responding to the tender -Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining) -You can now use the ‘Messages' function to communicate with the buyer andseek any clarification - Note the deadline for completion, then follow theonscreen instructions to complete the PQQ/ ITT - There may be a mixture ofonline and offline actions for you to perform (there is detailed onlinehelp available) You must then submit your reply using the ‘SubmitResponse' button at the top of the page. If you require any furtherassistance please consult the online help, or contact the eTendering helpdesk.Information and formalities necessary for evaluating if the requirementsare met: Any supplier may be disqualified who does not respond to thefollowing in the requisite manner:1) Entering general supplier information. The Commissioning Organisationutilities the Government Procurement Service Supplier Information Database(sid4gov) to manage and assess general pre-qualification information inthe form of a profile.sid4gov has been developed by Government Procurement Service, inpartnership with NQC, following agile development principles to provide a

replacement for sid4health in the first phase, with subsequentdevelopments planned to improve the scope of the questions, scope of useraccess and integration with other Enabled applications. The future visionis to create a single supplier registration portal that will provide oneplace for suppliers to register and provide information for procurement insupport of management information requirements and responses to tendersacross the public sector. This portal will also provide public sectorbuyers with a single place to access supplier related information insupport of market engagement and procurement processes.Candidates are requested to provide their profile in sid4gov.In order to access sid4gov for the first time, you will need to register,providing your individual and organisation details including the relevantDUNs number. The use of a DUNs number is mandated for registration andwill support identification of suppliers across all eEnablementapplications. This will help government to improve data quality throughoutprocurement and is a key enabler of the policy for transparency. It willalso assist in the future development as we integrate across otherapplications in support of a single registration process. There is no costto suppliers in registering for sid4gov or getting a DUNs number.Candidates should ensure all the mandatory fields of their sid4gov profileare completed. Failure to comply with the completion of all mandatoryfields could result in the elimination from the procurement process.Please note D&B data will be supplied automatically by D&B.Candidates must publish at least one validated profile to make theirprofile available for buyers to viewgenerally.Please register on sid4gov at https://sid4gov.cabinetoffice.gov.ukFor further guidance please visit the following link:https://gps.cabinetoffice.gov.uk/sites/default/files/files/Sid4Gov/Sid4Gov%20supplier%20user%20guide%20v1.0.pdf[DN: Please ensure the web links work.]For further assistance about sid4gov please contact the support team [email protected] IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged number of operators: 5IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 18.9.2013 - 12:00

Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate18.9.2013 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationThe Contracting Authority intends to use an eTendering system in thisprocurement exercise and reserves the right to use a reverse auction.VI.4) Procedures for appealVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Preciseinformation on deadline(s) for lodging appeals: The CommissioningOrganisation will incorporate a minimum 10 calendar day standstill periodat the point information on the award of contract is communicated tobidders. Where the 10 day period expires on a Saturday or Sunday, or aBank Holiday, the standstill period will expire at midnight on the nextworking day. By way of example only, if the standstill notice is issued onThursday that standstill period will expire at midnight on the followingbut one Monday. If an appeal regarding the award of a contract has notbeen successfully resolved the Public Contracts Regulations 2006 (SI 2006No 5) provide for aggrieved parties who have been harmed or are at risk ofharm by breach of the rules to take action in the High Court (England,Wales and Northern Ireland).VI.5) Date of dispatch of this notice:20.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Architectural, construction, engineering and inspection services PUBLISHED ON: 24/08/2013 DOCUMENT NUMBER: 285732-2013 JOURNAL NUMBER: 164 SPECIFICATION DUE: DEADLINE: 30/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: N - National or federal Agency/Office TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 71000000 Architectural, construction, engineering and inspection services AGENCY: ENVIRONMENT AGENCY COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Environment AgencySouth West Procurement Manley House, Kestrel WayFor the attention of: Jess PearceEX2 7LQ ExeterUNITED KINGDOMTelephone: +44 1392442061E-mail: [email protected] address(es):General address of the contracting authority:www.environment-agency.gov.ukI.2) Type of the contracting authorityNational or federal agency/officeI.3) Main activityEnvironmentI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:EAAA-99GEG5 South West Culvert Inspection and Clearance Services FrameworkII.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 12: Architectural services; engineering services and

integrated engineering services; urban planning and landscape engineeringservices; related scientific and technical consulting services; technicaltesting and analysis servicesMain site or location of works, place of delivery or of performance: TheSouth West Region of the Environment Agency.NUTS code UKKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with several operatorsmaximum number of participants to the framework agreement envisaged: 3Duration of the framework agreementDuration in months: 48Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT:Range: between 500 000 and 1 500 000 GBPII.1.5) Short description of the contract or purchase(s)The framework is to undertake condition assessments and provide reports ofculverted sections of watercourses throughout the South West region,either by use of remote monitoring equipment or by confined space entry.There may be the requirement to cleanse part of the existing culvertedlengths of watercourses in order to enable inspections to take place andto clear any blockages and to include the removal of hazardous ornon-hazardous waste. It may also be necessary to undertake any minorrepairs or remedial works to ensure the culverts are kept in an acceptablecondition. There may be the requirement for manhole surveying andlevelling to be carried out under this framework.II.1.6) Common procurement vocabulary (CPV)71000000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: yesII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Estimated value excluding VAT:Range: between 500 000 and 1 500 000 GBPII.2.2) Information about optionsOptions: 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.1.1) Deposits and guarantees required:Deposits and guarantees may be required.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:

Each economic operator to be jointly and severally liable for theperformance of the contractIII.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Information and formalities necessary for evaluating ifrequirements are met:Evidence of Economic and Financial standing and Technical Competence willbe required, each applicant will be sent a questionnaire.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 ofthe staff responsible for the execution of the service: yesSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged number of operators: 6IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:EAAA-99GEG5IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate30.9.2013 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.8) Conditions for opening of tendersPersons authorised to be present at the opening of tenders: noSection VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by European

Union funds: noVI.3) Additional informationRight to cancel, always.The Environment Agency reserves the right to discontinue the procurementprocess at any time, which shall include the right not to award aframework or contract, and does not bind itself to accept the lowesttender, or any tender received, and reserves the right to award theframework or contract in part, or to call for new tenders should itconsider this necessary.The Environment Agency shall not be liable for any costs or expensesincurred by any candidate or Tenderer in connection with the completionand return for the information requested in this Contract Notice, or inthe completion or submission of any tender.This contract/framework is primarily intended to meet the needs of theEnvironment Agency. The Agency may require the successful bidder (s) toprovide the goods/services on the same terms that are agreed as a resultof this tender to the Department of Environment, Food and Rural Affairs,and to its associated bodies including any Agencies and non departmentalpublic bodies. A full list can be found athttp://archive.defra.gov.uk/corporate/about/with/delivery/landscape/documents/public-bodies.pdfSimilarly the contractor may be required to supply members of the ScottishEnvironmental Agency, the Northern Island Environment Agency, NaturalResources Wales, the Forestry Commission, including its Executive Agenciesand Local Authorities.VI.5) Date of dispatch of this notice:22.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Banking and investment services PUBLISHED ON: 24/08/2013 DOCUMENT NUMBER: 285736-2013 JOURNAL NUMBER: 164 SPECIFICATION DUE: 24/09/2013 DEADLINE: 24/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority TYPE OF BID: 3 - Submission for one or more lots CRITERIA: 2 - The most economic tender CPV CODE(S): 66100000, 66110000 Banking and investment services, Banking services AGENCY: THE MINISTER OF THE CABINET OFFICE ACTING THROUGH THE GOVERNMENT PROCUREMENT SERVICE. COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)The Minister of the Cabinet Office acting through the GovernmentProcurement Service.9th Floor The Capital Old Hall StreetFor the attention of: Tony DemaineL3 9PP LiverpoolUNITED KINGDOMTelephone: +44 3450103503E-mail: [email protected], [email protected] address(es):General address of the contracting authority:http://gps.cabinetoffice.gov.ukAddress of the buyer profile: https://gpsesourcing.cabinetoffice.gov.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityMinistry or any other national or federal authority, including theirregional or local sub-divisionsI.3) Main activityGeneral public services

Other: Public ProcurementI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:ePurchasing Card SolutionII.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 6b:Main site or location of works, place of delivery or of performance:Primarily in the UK with some limited requirements overseas.NUTS code UKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with several operatorsmaximum number of participants to the framework agreement envisaged: 7Duration of the framework agreementDuration in years: 4Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT: 4 000 000 000 GBPFrequency and value of the contracts to be awarded: The framework value isbased on 4 years with contracts being placed at intervals during thisperiod.II.1.5) Short description of the contract or purchase(s)Government Procurement Service as the Contracting Authority is putting inplace a framework agreement for ePurchasing Card Solutions for all PublicSector Bodies listed at VI.3 (and any future successors to theseorganisations), which include central government departments and theirarms length bodies and agencies, non-departmental public bodies, NHSbodies, local authorities and devolved administrations of Scotland andNorthern Ireland.II.1.6) Common procurement vocabulary (CPV)66100000, 66100000, 66110000II.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 lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:A framework agreement for the supply and maintenance of an ePurchasingCard Solution (ePCS) across all UK Public Sector Bodies. The ePurchasingCard Solution must be accepted as a payment method by Merchants for both

customer present and customer not present transactions when the point ofsale is in the UK and overseas. With a much greater emphasis on embeddedpayments, the solution will include but not be limited to purchasingcards, lodge cards, and travel cards. Additionally the Authority requiresthe Suppliers to facilitate card usage in a wide range of countriesthroughout the world, and as a minimum also requires the provision ofcurrency cards in Sterling, Euros and US Dollars.Estimated value excluding VAT: 4 000 000 000 GBPII.2.2) Information about optionsOptions: noII.3) Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)Information about lotsLot No: 1Lot title: Supply and Maintenance of an ePurchasing Card Solution forWider Public Sector Bodies.1) Short descriptionMulti supplier lot for the supply and maintenance of an ePurchasing CardSolution across all Wider Public Sector Bodies within the UK.2) Common procurement vocabulary (CPV)66100000, 661100003) Quantity or scopeA multi supplier lot for the supply and maintenance of an ePurchasing CardSolution (ePCS) (formerly Government Procurement Card - GPC) across all UKWider Public Sector Bodies. The Authority requires the ePurchasing CardSolution to be accepted as a payment method by Merchants for both customerpresent and customer not present transactions when the point of sale is inthe UK and overseas. With a much greater emphasis on embedded payments,the solution will include but not be limited to purchasing cards, lodgecards, and travel cards. Additionally the Authority requires the Suppliersto facilitate card usage in a wide range of countries throughout theworld, and as a minimum also requires the provision of currency cards inSterling, Euros and US Dollars. Both the Authority (and ContractingBodies) also require detailed management information to be provided forall transactions made.Estimated value excluding VAT: 1 900 000 000 GBPLot No: 2Lot title: Supply and Maintenance of an ePurchasing Card Solution forCentral Government Bodies.1) Short descriptionSingle supplier lot for the supply and maintenance of an ePurchasing CardSolution across all UK Central Government Bodies, including departments,their agencies, arms length bodies (ALB's), non departmental public bodies(NDPB's), and devolved administrations of Scotland and Northern Ireland.2) Common procurement vocabulary (CPV)66100000, 661100003) Quantity or scopeA single supplier lot for the supply and maintenance of an ePurchasingCard Solution (ePCS) (formerly Government Procurement Card - GPC) acrossall Central Government Bodies, including departments, their agencies, armslength bodies (ALB's), non departmental public bodies (NDPB's), and

devolved administrations of Scotland and Northern Ireland. The Authorityrequires the ePurchasing Card Solution to be accepted as a payment methodby Merchants for both customer present and customer not presenttransactions when the point of sale is in the UK and overseas. With a muchgreater emphasis on embedded payments, the solution will include but notbe limited to purchasing cards, lodge cards, and travel cards.Additionally the Authority requires the Suppliers to facilitate card usagein a wide range of countries throughout the world, and as a minimum alsorequires the provision of currency cards in Sterling, Euros and USDollars. Both the Authority and Contracting Bodies require detailedmanagement information to be provided centrally for all transactions made.Additionally both the Authority and Contracting Bodies require an OnlineProgramme Management Tool that will be used to record transaction detailsand enable a wide range of reports to be produced on a planned basis.Estimated value excluding VAT: 2 100 000 000 GBPSection III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:Participants will be advised if this is necessary during the procurement.Parent company and/or other guarantees of performance and financialliability may be required by Government Procurement Service if consideredappropriate.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:No special legal form is required but if a contract is awarded to aconsortium, the Contracting Authority may require the consortium to form alegal entity before entering into the Framework Agreement.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Candidates will be assessed in accordance with Part 4 of thePublic Contracts Regulations 2006, as amended (implementing Title II,Chapter V11, Section 2 of Directive 2004/18/EC), on the basis ofinformation provided in response to an Invitation to Tender (“ITT”).This procurement will be managed electronically via the GovernmentProcurement Service's e-Sourcing Suite. To participate in thisprocurement, participants must first be registered on the e-SourcingSuite.If you have not yet registered on the eSourcing Suite, this can be doneonline at https://gpsesourcing.cabinetoffice.gov.uk by following the link‘Register for GPS eSourcing'. Please note that, to register, you must havea valid DUNS number (as provided by Dun and Bradstreet) for theorganisation which you are registering, who will be entering into acontract if invited to do so. Full instructions for registration and useof the system can be found athttp://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tenderOnce you have registered on the eSourcing Suite, a registered user canexpress an interest for a specific procurement. This is done by emailing

[email protected] email must clearly state: the name and reference for the procurementyou wish to register for; the name of the registered supplier; and thename and contact details for the registered individual sending the email.Government Procurement Service will process the email and then enable thesupplier to access the procurement online via the e-Sourcing Suite. Theregistered user will receive a notification email to alert them once thishas been done.For technical assistance on use of the e-Sourcing Suite please contactGovernment Procurement Service Helpdesk : Freephone: 0345 010 3503email: [email protected] must be published by the date in IV.3.4.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Candidates will be assessed in accordance with Part 4 of thePublic Contracts Regulations 2006, as amended (implementing Title II,Chapter V11, Section 2 of Directive 2004/18/EC), on the basis ofinformation provided in response to an ITT.The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.ukusing the instructions detailed in III.2.1III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Candidates will be assessed in accordance with Part 4 of the PublicContracts Regulations 2006, as amended (implementing Title II, ChapterV11, Section 2 of Directive 2004/18/EC), on the basis of informationprovided in response to an ITT.The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.ukusing the instructions detailed in III.2.1III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: yesAdditional information about electronic auction: An electronic auctionwill be used for Lot 2 only.IV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:RM982IV.3.2) Previous publication(s) concerning the same contractPrior information noticeof 12.12.2012IV.3.3) Conditions for obtaining specifications and additional documents

or descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 24.9.2013 - 14:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate24.9.2013 - 14:01IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain thetenderin days: 120 (from the date stated for receipt of tender)IV.3.8) Conditions for opening of tendersPlace:Electronically, via web-based portalSection VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationPotential suppliers should note that, in accordance with the UKGovernment's policies on transparency, Government Procurement Serviceintends to publish the Invitation to Tender (ITT) document, and the textof any Framework Agreement awarded, subject to possible redactions at thediscretion of Government Procurement Service. The terms of the proposedFramework Agreement will also permit a public sector contractingauthority, awarding a contract under this Framework Agreement, to publishthe text of that contract, subject to possible redactions at thediscretion of the contracting authority. Further information ontransparency can be found at:http://gps.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/transparency-procurementThe Contracting Authority expressly reserves the right (i) not to awardany contract as a result of the procurement process commenced bypublication of this notice; and (ii) to make whatever changes it may seefit to the content and structure of the tendering competition; and in nocircumstances will the Contracting Authority be liable for any costsincurred by the candidates. If the Contracting Authority decides to enterinto a Framework Agreement with the successful supplier, this does notmean that there is any guarantee of subsequent contracts being awarded.Any expenditure, work or effort undertaken prior to contract award isaccordingly a matter solely for the commercial judgement of potentialsuppliers. Any orders placed under this Framework Agreement will form aseparate contract under the scope of this Framework between the supplierand the specific requesting other contracting body. The ContractingAuthority and other contracting bodies utilising the Framework reserve theright to use any electronic portal during the life of the agreement.The duration referenced in Section II.1.4 is for the placing of orders.The value provided in Section II.1.4 is only an estimate. We cannot

guarantee to suppliers any business through this framework agreement.Government Procurement Service wishes to establish a Framework Agreementfor use by the following UK public sector bodies (and any futuresuccessors to these organisations):Central Government Departments,Local Government and Public Corporations that can be accessed at thePublic Sector Classification Guidehttp://www.ons.gov.uk/ons/publications/re-reference-tables.html?edition=tcm%3A77-285768Local Authorities - http://openlylocal.com/councils/allNDPBshttp://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs/a-fhttp://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs/g-lhttp://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs/m-rhttp://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs/s-zNational Parks Authorities - http://www.nationalparks.gov.uk/Educational Establishments in England and Wales, maintained by theDepartmentfor Children, Schools and Families including Schools, Universities andColleges butnot Independent Schools - http://www.education.gov.uk/edubase/home.xhtmlPolice Forces in the United Kingdom -http://www.police.uk/?view=force_sitesFire and Rescue Services in the United Kingdom -http://www.fireservice.co.uk/information/ukfrs &http://dontgivefireahome.org/contactsNHS Bodies Englandhttp://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspxhttp://www.nhs.uk/servicedirectories/Pages/PrimaryCareTrustListing.aspxhttp://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspxhttp://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspxhttp://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspxhttp://www.nhs.uk/ServiceDirectories/Pages/StrategicHealthAuthorityListing.aspxhttp://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspxhttp://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspxHospices in the UK -http://www.helpthehospices.org.uk/about-hospice-care/find-a-hospice/uk-hospice-and-palliative-care-services/Registered Social Landlords (Housing Associations)Third Sector and Charities in the United Kingdomhttp://www.charity-commission.gov.uk/http://www.oscr.org.uk/http://www.charitycommissionni.org.uk/Citizens Advice in the United Kingdomhttp://www.citizensadvice.org.uk/index/getadvice.htmwww.cas.org.ukhttp://www.citizensadvice.co.uk/www.ubico.co.ukhttps://www.ncsyes.co.uk/contactScottish Public BodiesThe framework agreement will be available for use by any Scottish Public

Sector Body: the Authority; Scottish Non-Departmental Public Bodies;offices in the Scottish Administration which are not ministerial offices;cross-border public authorities within the meaning of section 88(5) of theScotland Act 1998; the Scotland Office; the Scottish ParliamentaryCorporate Body; councils constituted under section 2 of the LocalGovernment etc. (Scotland) Act 1994 (except where they are acting in theircapacity as educational authority); Scottish joint fire boards or jointfire and rescue boards; Scottish joint police boards or any successorNational Police or Fire Authority; Scottish National Park authorities,bodies registered as social landlords under the Housing (Scotland) Act2001, Scottish health boards or special health boards, Student LoansCompany Limited, Northern Lighthouse Board, further or higher educationinstitutions being fundable bodies within the meaning of section 6 of theFurther and Higher Education (Scotland) Act 2005 any public bodyestablished by or under the Scotland Act 1998 or any Act of the ScottishParliament, any association of or formed by one or more of the foregoing,bodies financed wholly or mainly by one or more of the foregoing, bodiessubject to management supervision by one or more of the foregoing andbodies more than half of the board of directors or members of which, or,in the case of a group of individuals, more than half of thoseindividuals, being appointed by one or more of the foregoing.Scottish Government - http://www.scotland.gov.uk/HomeScottish Parliament -http://www.scottish.parliament.uk/abouttheparliament/27110.aspxScottish Local Authoritieshttp://www.scotland.gov.uk/About/Government/councilshttp://www.scotland-excel.org.uk/home/AboutUs/OurMembers/AssociateMembers.aspxScottish Agencies, NDPBs –http://www.scotland.gov.uk/Topics/Government/public-bodies/about/BodiesScottish NHS Bodies -http://www.scotland.gov.uk/Topics/Health/NHS-Workforce/NHS-BoardsScottish Further and Higher Education Bodieshttp://www.sfc.ac.uk/about_the_council/council_funded_institutions/WhoWeFundUniversities.aspxhttp://www.sfc.ac.uk/about_the_council/council_funded_institutions/WhoWeFundColleges.aspxScottish Police - http://www.scottish.police.uk/Scottish Housing Associationshttp://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/The Scotland Office -http://www.scotlandoffice.gov.uk/scotlandoffice/33.30.htmlRegistered Social Landlords (Housing Associations) - Scotlandhttp://www.esystems.scottishhousingregulator.gov.uk/register/reg_pub_dsp.searchScottish SchoolsPrimary Schoolshttp://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=isprimaryschool&bSubmit=1&Submit=SearchSecondary Schoolshttp://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=issecondaryschool&bSub

mit=1&Submit=SearchSpecial Schoolshttp://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring=&authority=&strTypes=isspecial&bSubmit=1&Submit=SearchWelsh Public BodiesNational Assembly for Wales, Welsh Assembly Government and Welsh LocalAuthorities, and all bodies covered by:www.buy4wales.co.uk/UsefulResources/contractsframeworks/organisationlist/poaplist.html?cat=14318http://www.assemblywales.org/abthome/abt-links.htmhttp://new.wales.gov.uk/about/civilservice/directorates/?lang=enNHS Waleshttp://www.wales.nhs.uk/ourservices/directoryhttps://www.buy4wales.co.uk/UsefulResources/contractsframeworks/organisationlist/poaplist.html?cat=14318Housing Associations – registered Social Landlords Waleshttp://www.wao.gov.uk/reportsandpublications/housingassociations.aspNI Public BodiesNorthern Ireland Government Departments -http://www.northernireland.gov.uk/gov.htmNorthern Ireland Public Sector Bodies and Local Authoritieshttp://www.northernireland.gov.uk/az2.htmSchools in Northern Irelandhttp://www.deni.gov.uk/index/facts-and-figures-new/education-statistics/32_statistics_and_research-numbersofschoolsandpupils_pg/32_statistics_and_research-schoolleveldata_pg/statistics_and_research-school_enrolment_1112.htmUniversities in Northern Ireland - http://www.deni.gov.uk/links.htmHealth and Social care in Northern Irelandhttp://www.hscni.net/index.php?link=hospitalshttp://www.hscni.net/index.php?link=boardshttp://www.hscni.net/index.php?link=agencieshttp://www.hscni.net/index.php?link=councilsNorthern Ireland Housing Associationshttp://www.nidirect.gov.uk/index/contacts/contacts-az.htm/housing-associations-contactPolice Service of Northern Ireland - http://www.psni.police.uk/index.htmAny corporation established, or a group of individuals appointed to acttogether, for the specific purpose of meeting needs in the generalinterest, not having an industrial or commercial character, and(i) financed wholly or mainly by another contracting authority listedabove in this section VI.3 of this notice;(ii) subject to management supervision by another contracting authoritylisted above in this section VI.3 of this notice; or(iii) more than half of the board of directors or members of which, or, inthe case of a group of individuals, more than half of those individuals,are appointed by another contracting authority listed above in thissection VI.3 of this notice(iv) an association of or formed by one or more of the ContractingAuthorities listed above in this section VI.3 of this notice.For the avoidance of doubt the time shown in IV.3.4 Time limit for receiptof tenders or requests to participate 24/09/2013 15:00 and IV.3.8

Conditions for opening of tenders 24/09/2013 15:01 do not reflect BritishSummer Time and therefore the actual deadlines are an hour later as shownin the eSourcing Suite.VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresGovernment Procurement Service9th Floor The Capital Old Hall StreetL3 9PP LiverpoolUNITED KINGDOME-mail: [email protected]: +44 3450103503Internet address: http://gps.cabinetoffice.gov.ukBody responsible for mediation proceduresCentre for Effective Dispute ResolutionsInternational Dispute Resolution Centre, 70 Fleet StreetEC4Y 1EU LondonUNITED KINGDOME-mail: [email protected]: +44 2075366000Internet address: http://www.cedr.comFax: +44 2075366001VI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Authority willincorporate a minimum 10 calendar day standstill period at the pointinformation on the award of the contract is communicated to tenderers.Applicants who are unsuccessful shall be informed by the Authority as soonas possible after the decision has been made as to the reasons why theApplicant was unsuccessful. If an appeal regarding the award of thecontract has not been successfully resolved, The Public ContractsRegulations 2006 (SI 2006 No. 5) provide for aggrieved parties who havebeen harmed or are at risk of harm by breach of the rules to take legalaction. Any such action must be brought within the applicable limitationperiod. Where a contract has not been entered into, the Court may orderthe setting aside of the award decision or order the authority to amendany document and may award damages. If the contract has been entered intothe Court may, depending on the circumstances, award damages, make adeclaration of ineffectiveness, order the Authority to pay a fine, and/ororder that the duration of the contract be shortened. The purpose of thestandstill period referred to above is to allow the parties to apply tothe Courts to set aside the award decision before the contract is enteredinto.VI.4.3) Service from which information about the lodging of appeals maybe obtainedGovernment Procurement Service9th Floor, The Capital, Old Hall StreetL3 9PP LiverpoolUNITED KINGDOME-mail: [email protected]: +44 3450103503Internet address: http://gps.cabinetoffice.gov.ukVI.5) Date of dispatch of this notice:

22.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Installation services of special-purpose machinery and equipment PUBLISHED ON: 24/08/2013 DOCUMENT NUMBER: 285792-2013 JOURNAL NUMBER: 164 SPECIFICATION DUE: 23/09/2013 DEADLINE: 30/09/2013 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: 3 - Regional or local authority TYPE OF BID: 3 - Submission for one or more lots CRITERIA: 2 - The most economic tender CPV CODE(S): 51540000, 51000000, 50800000, 85140000, 85000000, 85300000, 44115600, 42416300, 33192600 Installation services of special-purpose machinery and equipment, Installation services (except software), Miscellaneous repair and maintenance services, Miscellaneous health services, Health and social work services, Social work and related services, Stairlifts, Hoists, Lifting equipment for health care sector AGENCY: SOUTH GLOUCESTERSHIRE COUNCIL COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)South Gloucestershire CouncilChildren, Adults & Health Department, PO Box 2083, The Council Offices,Castle StreetFor the attention of: Andy Hichens, Commissioning & Contracts ManagerBS35 9BR ThornburyUNITED KINGDOMTelephone: +44 1454865944E-mail: [email protected]: +44 1454868420Internet address(es):General address of the contracting authority: www.southglos.gov.ukAddress of the buyer profile: www.supplyingthesouthwest.org.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityRegional or local authority

I.3) Main activityGeneral public servicesI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:"South Gloucestershire Council: Supply, installation, maintenance andrepair, removal, storage and re-installation (recycle) of ceiling trackhoists and domestic lifts." (voluntary notice for a Part B contract - seenote at VI.3)II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 25: Health and social servicesNUTS code UKK12II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with several operatorsmaximum number of participants to the framework agreement envisaged: 10Duration of the framework agreementDuration in years: 4Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT:Range: between 1 200 000 and 1 680 000 GBPII.1.5) Short description of the contract or purchase(s)Installation services of special-purpose machinery and equipment.Installation services (except software). Miscellaneous repair andmaintenance services. Miscellaneous health services. Health and socialwork services. Social work and related services. Stairlifts. Hoists.Lifting equipment for health care sector. South Gloucestershire Councilare creating a framework agreement for the Supply, installation,maintenance and repair, removal, storage and re-installation (recycle) ofceiling track hoists and domestic lifts. The framework will be split intothe 3 lots as follows:Lot 1 Supply, installation, maintenance and repair, removal storage andre-installation (recycle) of domestic ceiling track hoists:Lot 2 Supply, installation, maintenance and repair, removal, storage andre-installation (recycle) of domestic stairlifts (straight & curved);Lot 3 Supply, installation, maintenance and repair, removal, storage andre-installation (recycle) of domestic steplifts and vertical (traction andhydraulic) through floor lifts.II.1.6) Common procurement vocabulary (CPV)51540000, 51000000, 50800000, 85140000, 85000000, 85300000, 44115600,42416300, 33192600II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) LotsThis contract is divided into lots: yesTenders may be submitted for one or more lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Up to 10 suppiers will make up the overall framework for supply.Organisations may apply to be considered for one, more or all of the lots.They can only apply to be considered for all of a lot and not part of alot.Appointed suppliers will be required to service all parts of the FrameworkAgreement (for which they are successful) in line with the relevantstandards and accreditations.The Council may from time to time order Services from a Contractor and leta Contract pursuant to the Framework Agreement during the Period ofAgreement.The Council may place Purchase Orders with a Contractor for Services asand when required by the Council from time to time or may otherwise intheir discretion conduct a mini-competition with a written proposal/tenderfrom the Contractor and other relevant contractors on the Council'sframework.The Framework Agreement is not a commitment by the Council to purchaseServices. Any commitment to purchase Services will only be made when theCouncil issues a Purchase Order pursuant to a direct allocation of work oraccepts in writing a tender/proposal pursuant to a mini-competition.Estimated value excluding VAT:Range: between 1 200 000 and 1 680 000 GBPII.2.2) Information about optionsOptions: noII.3) Duration of the contract or time limit for completionStarting 1.4.2014. Completion 31.3.2018Information about lotsLot No: 1Lot title: Lot 1 Domestic Hoists1) Short descriptionLot 1 Supply, installation, maintenance and repair, storage andre-installation (recycle) of ceiling track hoists.2) Common procurement vocabulary (CPV)424163003) Quantity or scopeEstimated value excluding VAT:Range: between 360 000 and 504 000 GBPLot No: 2Lot title: Lot 2 Domestic Stairlifts1) Short descriptionLot 2 Supply, installation, maintenance and repair, removal, storage andre-installation (recycle) of domestic stairlifts (straight & curved).2) Common procurement vocabulary (CPV)441156003) Quantity or scope

Estimated value excluding VAT:Range: between 660 000 and 924 000 GBP5) Additional information about lotsLot No: 3Lot title: Domestic steplifts and vertical (traction and hydraulic)through floor lifts1) Short descriptionLot 3 Supply, installation, maintenance and repair, removal, storage andre-installation (recycle) of domestic steplifts and vertical (traction andhydraulic) through floor lifts.2) Common procurement vocabulary (CPV)331926003) Quantity or scopeEstimated value excluding VAT:Range: between 180 000 and 252 000 GBPSection III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:As specified in the Pre-Qualifying Questionnaire (PQQ) and tenderdocuments.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:As specified in the Pre-Qualifying Questionnaire (PQQ) and tenderdocuments.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:As specified in the Pre-Qualifying Questionnaire (PQQ) and tenderdocuments.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: As specified in the Pre-Qualifying Questionnaire (PQQ) and tenderdocuments.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: As specified in the Pre-Qualifying Questionnaire (PQQ) and tenderdocuments.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:As specified in the Pre-Qualifying Questionnaire (PQQ) and tenderdocuments.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 ofthe staff responsible for the execution of the service: no

Section IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 6: and maximum number 10Objective criteria for choosing the limited number of candidates: Asspecified in the Pre-Qualifying Questionnaire (PQQ) and tender documents.IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:AH008IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 23.9.2013 - 12:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate30.9.2013 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates18.11.2013IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: yesEstimated timing for further notices to be published: 48 months timeVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationThe contracting authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SMEs). However,any selection of tenderers will be based solely on the criteria set outfor the procurement, and the contract will be awarded on the basis of themost economically advantageous tender.This is a Part B services contractand this notice is published on a voluntary basis. Any selection ofsuppliers to join the Framework will be based solely on the criteria setout in the PQQ and tender documentation.To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=68975260GO Reference: GO-2013822-PRO-5057795VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresSouth Gloucestershire CouncilInternet address: www.southglos.gov.ukVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: SouthGloucestershire Council will incorporate a standstill period at the pointinformation on the award of the contract is communicated to tenderers.That notification will provide full information on the award decision. Thestandstill period, which will be for a minimum of 10 calendar days,provides time for unsuccessful tenderers to challenge the award decisionbefore the contract is entered intoThe Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrievedparties who have been harmed or are at risk of harm by a breach of therules to take action in the High Court (England, Wales and NorthernIreland).VI.4.3) Service from which information about the lodging of appeals maybe obtainedSouth Gloucestershire CouncilCouncil Offices, Castle Street, ThornburyBS35 1HF Bristol, South GloucestershireUNITED KINGDOMTelephone: +44 1454865030VI.5) Date of dispatch of this notice:22.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Architectural and related services PUBLISHED ON: 24/08/2013 DOCUMENT NUMBER: 285832-2013 Part 1 of 2 JOURNAL NUMBER: 164 SPECIFICATION DUE: DEADLINE: 23/09/2013 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: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 71200000, 71000000, 71541000, 71220000, 71324000, 71312000, 71334000, 71322000 Architectural and related services, Architectural, construction, engineering and inspection services, Construction project management services, Architectural design services, Quantity surveying services, Structural engineering consultancy services, Mechanical and electrical engineering services, Engineering design services for the construction of civil engineering, works AGENCY: CHESTERFIELD ROYAL HOSPITAL NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Part 1 of 2Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Chesterfield Royal Hospital NHS Foundation TrustTop Road, CalowFor the attention of: Lindsey BethuneS44 5BL ChesterfieldUNITED KINGDOMTelephone: +44 1142264401E-mail: [email protected] address(es):General address of the contracting authority: www.chesterfieldroyal.nhs.ukFurther information can be obtained from: Bravo Solutions on behalf ofChesterfield Royal HospitalInternet address: https://noecpc.bravosolution.co.ukSpecifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: Bravo Solutions on behalf of Chesterfield Royal HospitalInternet address: https://noecpc.bravosolution.co.ukTenders or requests to participate must be sent to: Bravo Solutions onbehalf of Chesterfield Royal HospitalInternet address: https://noecpc.bravosolution.co.ukI.2) Type of the contracting authority

Body governed by public lawI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:The Provision of Consultants for the Estates and Facilties DepartmentII.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 12: Architectural services; engineering services andintegrated engineering services; urban planning and landscape engineeringservices; related scientific and technical consulting services; technicaltesting and analysis servicesMain site or location of works, place of delivery or of performance:Chesterfield Royal Hospitl NHS Foundation Trust.NUTS code UKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with several operatorsmaximum number of participants to the framework agreement envisaged: 10Duration of the framework agreementDuration in years: 4II.1.5) Short description of the contract or purchase(s)The Trust requires consultants to assist in delivering capital projectsfrom conception to final handoverII.1.6) Common procurement vocabulary (CPV)71200000II.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 all lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Refer to information in the PQQ and ITT documentationII.2.2) Information about optionsOptions: noII.3) Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)Information about lotsLot No: 1Lot title: Project Manager1) Short description

Overall responsibility for the successful planning for the planning,execution, monitoring, control and closure of a project.2) Common procurement vocabulary (CPV)71000000, 715410003) Quantity or scopePlease refer to PQQ and ITT documentation.4) Indication about different date for duration of contract orstarting/completionDuration in months: 48 (from the award of the contract)5) Additional information about lotsInstructions How to Express Interest in this Tender~:1. register your company on the eSourcing portal (required once),— browse to the eSourcing Portal: https://noecpc.bravosolution.co.uk andclick the link to register,— accept the terms and conditions and click ‘continue',— enter your correct details,— note the username,— you chose and click ‘Save' when complete,— you will shortly receive an email with your unique password (keep thissecure),— you will then be able to express interest in the tender exercise that isof interest to you;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 arePre-Qualification Questionnaires/ Invitations to Tender open to anyregistered 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 asecure area reserved for your projects only),— you can now access any attachments by clicking ‘Buyer Attachments' inthe ‘PQQ/ ITT Details' box;3. responding to the tender:— click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining),— you can now use the ‘Messages' function to communicate Powered byBravoSolution eSourcing Technology 15 / 19 with the buyer and seek anyclarification,— note the deadline for completion, then follow the onscreen instructionsto 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 atthe top of the page,— if you require any further assistance please consult the online help orcontact the eTendering help desk at 0800-3684580 [email protected] deadline for submitting a response to the PQQ is 17:00 hours on 23September 2013. Tenders and all supporting documentation for the contractmust be priced in sterling

and written in English. Any agreement entered into will be considered acontract made in England according to English law and will be subject tothe exclusive jurisdictionof the English Courts. Chesterfield Royal Hospital NHS Foundation Trust isnot liable for any costs incurred by those expressing an interest inand/or tendering for this contract opportunity. Chesterfield RoyalHospital NHS Foundation Trust reserves the right to terminate theprocurement process (or part of it), to change the basis of and theprocedures for the procurement process at any time or to procure thesubject matter of the contract by alternative means if it appears that itcan be more advantageously procured by alternative means. The mosteconomically advantageous or any tender will not automatically beaccepted.Lot No: 2Lot title: Architect1) Short descriptionCo-ordinate and manage all ascpects of scheme design from inception tocompletion2) Common procurement vocabulary (CPV)71000000, 712200003) Quantity or scopePlease refer to the PQQ and ITT documentation4) Indication about different date for duration of contract orstarting/completionDuration in months: 48 (from the award of the contract)5) Additional information about lotsInstructions How to Express Interest in this Tender~: 1. Register yourcompany onthe eSourcing portal (required once) - Browse to the eSourcing Portal:https://noecpc.bravosolution.co.uk and click the link to register - Acceptthe termsand conditions and click ‘continue' - Enter your correct details - Notethe usernameyou chose and click ‘Save' when complete - You will shortly receive anemail withyour unique password (keep this secure). You will then be able to expressinterest in the tenderexercise that is of interest to you 2. Express an Interest in the tender -Login tothe portal with the username/password - Click the ‘PQQs / ITTs Open To AllSuppliers'link. (These are Pre-Qualification Questionnaires/ Invitations to Tenderopen to anyregistered supplier) - Click on the relevant PQQ/ ITT to access thecontent. - Clickthe ‘Express Interest' button at the top of the page. - This will move thePQQ /ITTinto your ‘My PQQs/ My ITTs' page. (This is a secure area reserved foryour projectsonly) -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 toRespond' (pleasegive a reason if declining) - You can now use the ‘Messages' function tocommunicatePowered by BravoSolution eSourcing Technology15 / 19with the buyer and seek any clarification - Note the deadline forcompletion, thenfollow the onscreen instructions to complete the PQQ/ ITT - There may be amixture ofonline and offline actions for you to perform (there is detailed onlinehelpavailable) You must then submit your reply using the ‘Submit Response'button at thetop of the page. If you require any further assistance please consult theonline helpor contact the eTendering help desk at 0800-3684580 [email protected] deadline for submitting a response to the PQQ is 17:00 hours on 23September 2013.Tenders and all supporting documentation for the contract must be pricedin sterlingand written in English. Any agreement entered into will be considered acontract madein England according to English law and will be subject to the exclusivejurisdictionof the English Courts. Chesterfield Royal Hospital NHS Foundation Trust isnot liablefor any costs incurred by those expressing an interest in and/or tenderingfor thiscontract opportunity. Chesterfield Royal Hospital NHS Foundation Trustreserves theright to terminate the procurement process (or part of it), to change thebasis ofand the procedures for the procurement process at any time or to procurethe subjectmatter of the contract by alternative means if it appears that it can bemoreadvantageously procured by alternative means. The most economicallyadvantageous orany tender will not automatically be accepted.Lot No: 3Lot title: Quantity Surveyor /Cost Manager1) Short descriptionOverall responsibility for the management and reporting of costs throughthe entire life of the project and will support both project and financeteams through all stages.2) Common procurement vocabulary (CPV)71000000, 71324000

3) Quantity or scopePlease refer to PQQ and ITT documentation4) Indication about different date for duration of contract orstarting/completionDuration in months: 48 (from the award of the contract)5) Additional information about lotsInstructions How to Express Interest in this Tender~:1. register your company on the eSourcing portal (required once),— browse to the eSourcing Portal: https://noecpc.bravosolution.co.uk andclick the link to register,— accept the terms and conditions and click ‘continue',— enter your correct details,— note the username,— you chose and click ‘Save' when complete,— you will shortly receive an email with your unique password (keep thissecure),— you will then be able to express interest in the tender exercise that isof interest to you;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 arePre-Qualification Questionnaires/ Invitations to Tender open to anyregistered 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 asecure area reserved for your projects only),— you can now access any attachments by clicking ‘Buyer Attachments' inthe ‘PQQ/ ITT Details' box;3. responding to the tender:— click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining),— you can now use the ‘Messages' function to communicate Powered byBravoSolution eSourcing Technology 15 / 19 with the buyer and seek anyclarification,— note the deadline for completion, then follow the onscreen instructionsto 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 atthe top of the page,— if you require any further assistance please consult the online help orcontact the eTendering help desk at 0800-3684580 [email protected] deadline for submitting a response to the PQQ is 17:00 hours on 23September 2013. Tenders and all supporting documentation for the contractmust be priced in sterlingand written in English. Any agreement entered into will be considered acontract made in England according to English law and will be subject tothe exclusive jurisdictionof the English Courts. Chesterfield Royal Hospital NHS Foundation Trust is

not liable for any costs incurred by those expressing an interest inand/or tendering for this contract opportunity. Chesterfield RoyalHospital NHS Foundation Trust reserves the right to terminate theprocurement process (or part of it), to change the basis of and theprocedures for the procurement process at any time or to procure thesubject matter of the contract by alternative means if it appears that itcan be more advantageously procured by alternative means. The mosteconomically advantageous or any tender will not automatically beaccepted.Lot No: 4Lot title: Structural Engineer1) Short descriptionTo be involved in every stage of the project and will inform and supportthe design team using creative and innovative solutions to complement theoverall design from a structural perspective.2) Common procurement vocabulary (CPV)71000000, 713120003) Quantity or scopePlease refer to PQQ and ITT documentation4) Indication about different date for duration of contract orstarting/completionDuration in months: 48 (from the award of the contract)5) Additional information about lotsInstructions How to Express Interest in this Tender~:1. register your company on the eSourcing portal (required once),— browse to the eSourcing Portal: https://noecpc.bravosolution.co.uk andclick the link to register,— accept the terms and conditions and click ‘continue',— enter your correct details,— note the username,— you chose and click ‘Save' when complete,— you will shortly receive an email with your unique password (keep thissecure),— you will then be able to express interest in the tender exercise that isof interest to you;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 arePre-Qualification Questionnaires/ Invitations to Tender open to anyregistered 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 asecure area reserved for your projects only),— you can now access any attachments by clicking ‘Buyer Attachments' inthe ‘PQQ/ ITT Details' box;3. responding to the tender:— click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining),— you can now use the ‘Messages' function to communicate Powered byBravoSolution eSourcing Technology 15 / 19 with the buyer and seek any

clarification,— note the deadline for completion, then follow the onscreen instructionsto 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 atthe top of the page,— if you require any further assistance please consult the online help orcontact the eTendering help desk at 0800-3684580 [email protected] deadline for submitting a response to the PQQ is 17:00 hours on 23September 2013. Tenders and all supporting documentation for the contractmust be priced in sterlingand written in English. Any agreement entered into will be considered acontract made in England according to English law and will be subject tothe exclusive jurisdictionof the English Courts. Chesterfield Royal Hospital NHS Foundation Trust isnot liable for any costs incurred by those expressing an interest inand/or tendering for this contract opportunity. Chesterfield RoyalHospital NHS Foundation Trust reserves the right to terminate theprocurement process (or part of it), to change the basis of and theprocedures for the procurement process at any time or to procure thesubject matter of the contract by alternative means if it appears that itcan be more advantageously procured by alternative means. The mosteconomically advantageous or any tender will not automatically beaccepted.Lot No: 5Lot title: Building Surveyor1) Short descriptionBuilding surveyors provide professional advice on property andconstruction, which spans across residential, commercial, industrial,leisure and agriculture projects. They work on the design and developmentof new buildings as well as the restoration and maintenance of existingones. Ensuring projects are completed on budget and to schedule2) Common procurement vocabulary (CPV)710000003) Quantity or scopePlease refer to PQQ and ITT documentation4) Indication about different date for duration of contract orstarting/completionDuration in months: 48 (from the award of the contract)5) Additional information about lotsInstructions How to Express Interest in this Tender~:1. register your company on the eSourcing portal (required once),— browse to the eSourcing Portal: https://noecpc.bravosolution.co.uk andclick the link to register,— accept the terms and conditions and click ‘continue',— enter your correct details,— note the username,— you chose and click ‘Save' when complete,— you will shortly receive an email with your unique password (keep this

secure),— you will then be able to express interest in the tender exercise that isof interest to you;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 arePre-Qualification Questionnaires/ Invitations to Tender open to anyregistered 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 asecure area reserved for your projects only),— you can now access any attachments by clicking ‘Buyer Attachments' inthe ‘PQQ/ ITT Details' box;3. responding to the tender:— click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining),— you can now use the ‘Messages' function to communicate Powered byBravoSolution eSourcing Technology 15 / 19 with the buyer and seek anyclarification,— note the deadline for completion, then follow the onscreen instructionsto 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 atthe top of the page,— if you require any further assistance please consult the online help orcontact the eTendering help desk at 0800-3684580 [email protected] deadline for submitting a response to the PQQ is 17:00 hours on 23September 2013. Tenders and all supporting documentation for the contractmust be priced in sterlingand written in English. Any agreement entered into will be considered acontract made in England according to English law and will be subject tothe exclusive jurisdictionof the English Courts. Chesterfield Royal Hospital NHS Foundation Trust isnot liable for any costs incurred by those expressing an interest inand/or tendering for this contract opportunity. Chesterfield RoyalHospital NHS Foundation Trust reserves the right to terminate theprocurement process (or part of it), to change the basis of and theprocedures for the procurement process at any time or to procure thesubject matter of the contract by alternative means if it appears that itcan be more advantageously procured by alternative means. The mosteconomically advantageous or any tender will not automatically beaccepted.Lot No: 6Lot title: Mechanical and Electrical Consultant1) Short descriptionOverall responsibility for the design and implementation of the mechanicaland electrical design and installation through the entire life of theproject and will support the entire project team to ensure the design

meets the brief and all current criteria from a design and legislativeperspective.2) Common procurement vocabulary (CPV)71000000, 713340003) Quantity or scopePlease refer to PQQ and ITT documentation4) Indication about different date for duration of contract orstarting/completionDuration in months: 48 (from the award of the contract)5) Additional information about lotsInstructions How to Express Interest in this Tender~:1. register your company on the eSourcing portal (required once),— browse to the eSourcing Portal: https://noecpc.bravosolution.co.uk andclick the link to register,— accept the terms and conditions and click ‘continue',— enter your correct details,— note the username,— you chose and click ‘Save' when complete,— you will shortly receive an email with your unique password (keep thissecure),— you will then be able to express interest in the tender exercise that isof interest to you;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 arePre-Qualification Questionnaires/ Invitations to Tender open to anyregistered 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 asecure area reserved for your projects only),— you can now access any attachments by clicking ‘Buyer Attachments' inthe ‘PQQ/ ITT Details' box;3. responding to the tender:— click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining),— you can now use the ‘Messages' function to communicate Powered byBravoSolution eSourcing Technology 15 / 19 with the buyer and seek anyclarification,— note the deadline for completion, then follow the onscreen instructionsto 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 atthe top of the page,— if you require any further assistance please consult the online help orcontact the eTendering help desk at 0800-3684580 [email protected] deadline for submitting a response to the PQQ is 17:00 hours on 23September 2013. Tenders and all supporting documentation for the contractmust be priced in sterling

and written in English. Any agreement entered into will be considered acontract made in England according to English law and will be subject tothe exclusive jurisdictionof the English Courts. Chesterfield Royal Hospital NHS Foundation Trust isnot liable for any costs incurred by those expressing an interest inand/or tendering for this contract opportunity. Chesterfield RoyalHospital NHS Foundation Trust reserves the right to terminate theprocurement process (or part of it), to change the basis of and theprocedures for the procurement process at any time or to procure thesubject matter of the contract by alternative means if it appears that itcan be more advantageously procured by alternative means. The mosteconomically advantageous or any tender will not automatically beaccepted.Lot No: 7Lot title: Civil Engineer2) Common procurement vocabulary (CPV)71000000, 713220003) Quantity or scopePlease refer to PQQ and ITT documentation4) Indication about different date for duration of contract orstarting/completionDuration in months: 48 (from the award of the contract)5) Additional information about lotsInstructions How to Express Interest in this Tender~:1. register your company on the eSourcing portal (required once),— browse to the eSourcing Portal: https://noecpc.bravosolution.co.uk andclick the link to register,— accept the terms and conditions and click ‘continue',— enter your correct details,— note the username,— you chose and click ‘Save' when complete,— you will shortly receive an email with your unique password (keep thissecure),— you will then be able to express interest in the tender exercise that isof interest to you;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 arePre-Qualification Questionnaires/ Invitations to Tender open to anyregistered 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 asecure area reserved for your projects only),— you can now access any attachments by clicking ‘Buyer Attachments' inthe ‘PQQ/ ITT Details' box;3. responding to the tender:— click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining),— you can now use the ‘Messages' function to communicate Powered byBravoSolution eSourcing Technology 15 / 19 with the buyer and seek any

clarification,— note the deadline for completion, then follow the onscreen instructionsto 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 atthe top of the page,— if you require any further assistance please consult the online help orcontact the eTendering help desk at 0800-3684580 [email protected] deadline for submitting a response to the PQQ is 17:00 hours on 23September 2013. Tenders and all supporting documentation for the contractmust be priced in sterlingand written in English. Any agreement entered into will be considered acontract made in England according to English law and will be subject tothe exclusive jurisdictionof the English Courts. Chesterfield Royal Hospital NHS Foundation Trust isnot liable for any costs incurred by those expressing an interest inand/or tendering for this contract opportunity. Chesterfield RoyalHospital NHS Foundation Trust reserves the right to terminate theprocurement process (or part of it), to change the basis of and theprocedures for the procurement process at any time or to procure thesubject matter of the contract by alternative means if it appears that itcan be more advantageously procured by alternative means. The mosteconomically advantageous or any tender will not automatically beaccepted.Lot No: 8Lot title: Lead Consultant1) Short descriptionLead the team of other consultants to ensure satisifactory co-ordinationof their designs, recommendations and reports.2) Common procurement vocabulary (CPV)710000003) Quantity or scopePlease refer to PQQ and ITT documentation4) Indication about different date for duration of contract orstarting/completionDuration in months: 48 (from the award of the contract)5) Additional information about lotsInstructions How to Express Interest in this Tender~:1. register your company on the eSourcing portal (required once),— browse to the eSourcing Portal: https://noecpc.bravosolution.co.uk andclick the link to register,— accept the terms and conditions and click ‘continue',— enter your correct details,— note the username,— you chose and click ‘Save' when complete,— you will shortly receive an email with your unique password (keep thissecure),— you will then be able to express interest in the tender exercise that isof interest to you;

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 arePre-Qualification Questionnaires/ Invitations to Tender open to anyregistered 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 asecure area reserved for your projects only),— you can now access any attachments by clicking ‘Buyer Attachments' inthe ‘PQQ/ ITT Details' box;3. responding to the tender:— click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining),— you can now use the ‘Messages' function to communicate Powered byBravoSolution eSourcing Technology 15 / 19 with the buyer and seek anyclarification,— note the deadline for completion, then follow the onscreen instructionsto 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 atthe top of the page,— if you require any further assistance please consult the online help orcontact the eTendering help desk at 0800-3684580 [email protected] deadline for submitting a response to the PQQ is 17:00 hours on 23September 2013. Tenders and all supporting documentation for the contractmust be priced in sterlingand written in English. Any agreement entered into will be considered acontract made in England according to English law and will be subject tothe exclusive jurisdictionof the English Courts. Chesterfield Royal Hospital NHS Foundation Trust isnot liable for any costs incurred by those expressing an interest inand/or tendering for this contract opportunity. Chesterfield RoyalHospital NHS Foundation Trust reserves the right to terminate theprocurement process (or part of it), to change the basis of and theprocedures for the procurement process at any time or to procure thesubject matter of the contract by alternative means if it appears that itcan be more advantageously procured by alternative means. The mosteconomically advantageous or any tender will not automatically beaccepted.Lot No: 8Lot title: CDM Co-Ordinator1) Short description[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Architectural and related services PUBLISHED ON: 24/08/2013 DOCUMENT NUMBER: 285832-2013 Part 2 of 2 JOURNAL NUMBER: 164 SPECIFICATION DUE: DEADLINE: 23/09/2013 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: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 71200000, 71000000, 71541000, 71220000, 71324000, 71312000, 71334000, 71322000 Architectural and related services, Architectural, construction, engineering and inspection services, Construction project management services, Architectural design services, Quantity surveying services, Structural engineering consultancy services, Mechanical and electrical engineering services, Engineering design services for the construction of civil engineering, works AGENCY: CHESTERFIELD ROYAL HOSPITAL NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Part 2 of 2To provide the client with a key project advisor in respect ofconstruction health and safety, risk management matters, they should assitand advise the client on appointment of competent contractors and theadequacy of management arrangements.2) Common procurement vocabulary (CPV)710000003) Quantity or scopePlease refer to PQQ and ITT documentation4) Indication about different date for duration of contract orstarting/completionDuration in months: 48 (from the award of the contract)5) Additional information about lotsInstructions How to Express Interest in this Tender~:1. register your company on the eSourcing portal (required once),— browse to the eSourcing Portal: https://noecpc.bravosolution.co.uk andclick the link to register,— accept the terms and conditions and click ‘continue',— enter your correct details,— note the username,— you chose and click ‘Save' when complete,— you will shortly receive an email with your unique password (keep thissecure),— you will then be able to express interest in the tender exercise that isof interest to you;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 arePre-Qualification Questionnaires/ Invitations to Tender open to anyregistered 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 asecure area reserved for your projects only),— you can now access any attachments by clicking ‘Buyer Attachments' inthe ‘PQQ/ ITT Details' box;3. responding to the tender:— click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining),— you can now use the ‘Messages' function to communicate Powered byBravoSolution eSourcing Technology 15 / 19 with the buyer and seek anyclarification,— note the deadline for completion, then follow the onscreen instructionsto 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 atthe top of the page,— if you require any further assistance please consult the online help orcontact the eTendering help desk at 0800-3684580 [email protected] deadline for submitting a response to the PQQ is 17:00 hours on 23September 2013. Tenders and all supporting documentation for the contractmust be priced in sterlingand written in English. Any agreement entered into will be considered acontract made in England according to English law and will be subject tothe exclusive jurisdictionof the English Courts. Chesterfield Royal Hospital NHS Foundation Trust isnot liable for any costs incurred by those expressing an interest inand/or tendering for this contract opportunity. Chesterfield RoyalHospital NHS Foundation Trust reserves the right to terminate theprocurement process (or part of it), to change the basis of and theprocedures for the procurement process at any time or to procure thesubject matter of the contract by alternative means if it appears that itcan be more advantageously procured by alternative means. The mosteconomically advantageous or any tender will not automatically beaccepted.Lot No: 10Lot title: Health Planner1) Short descriptionTo undertake a full range of health care planning duties, complementary tothe RICS scope of service and the NHS blue book and captial UCLH CIFDco-ordinated services schedule.2) Common procurement vocabulary (CPV)710000003) Quantity or scopePlease refer to PQQ and ITT documentation

4) Indication about different date for duration of contract orstarting/completionDuration in months: 48 (from the award of the contract)5) Additional information about lotsInstructions How to Express Interest in this Tender~:1. register your company on the eSourcing portal (required once),— browse to the eSourcing Portal: https://noecpc.bravosolution.co.uk andclick the link to register,— accept the terms and conditions and click ‘continue',— enter your correct details,— note the username,— you chose and click ‘Save' when complete,— you will shortly receive an email with your unique password (keep thissecure),— you will then be able to express interest in the tender exercise that isof interest to you;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 arePre-Qualification Questionnaires/ Invitations to Tender open to anyregistered 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 asecure area reserved for your projects only),— you can now access any attachments by clicking ‘Buyer Attachments' inthe ‘PQQ/ ITT Details' box;3. responding to the tender:— click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining),— you can now use the ‘Messages' function to communicate Powered byBravoSolution eSourcing Technology 15 / 19 with the buyer and seek anyclarification,— note the deadline for completion, then follow the onscreen instructionsto 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 atthe top of the page,— if you require any further assistance please consult the online help orcontact the eTendering help desk at 0800-3684580 [email protected] deadline for submitting a response to the PQQ is 17:00 hours on 23September 2013. Tenders and all supporting documentation for the contractmust be priced in sterlingand written in English. Any agreement entered into will be considered acontract made in England according to English law and will be subject tothe exclusive jurisdictionof the English Courts. Chesterfield Royal Hospital NHS Foundation Trust isnot liable for any costs incurred by those expressing an interest inand/or tendering for this contract opportunity. Chesterfield Royal

Hospital NHS Foundation Trust reserves the right to terminate theprocurement process (or part of it), to change the basis of and theprocedures for the procurement process at any time or to procure thesubject matter of the contract by alternative means if it appears that itcan be more advantageously procured by alternative means. The mosteconomically advantageous or any tender will not automatically beaccepted.Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:Parent company or other guarantees may be required in certaincircumstances – see PQQ and ITT for further detailsIII.1.3) Legal form to be taken by the group of economic operators towhom 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.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: In accordance with regulations 23 to 25 of the Public ContractsRegulations 2006 and as set out in the PQQ associated with thisprocurement available via https://noecpc.bravosolution.co.uk tenderingportal.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Candidates may be disqualified who do not respond in accordancewith the format and instructions of this requirement. Details to be foundwithin the PQQ.Minimum level(s) of standards possibly required: As defined within thePQQ.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:In accordance with regulations 23 to 25 of the public ContractsRegulations 2006 and as set out in the PQQ associated with thisprocurement available via https:noecpc.bravosolution.co.uk tenderingportalMinimum level(s) of standards possibly required:As defined within the PQQ.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged number of operators: 30

Objective criteria for choosing the limited number of candidates: Asstipulated within the PQQ document associated with this procurementIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:T000139IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate23.9.2013 - 17:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationInstructions How to Express Interest in this Tender~:1. register your company on the eSourcing portal (required once),— browse to the eSourcing Portal: https://noecpc.bravosolution.co.uk andclick the link to register,— accept the terms and conditions and click ‘continue',— enter your correct details,— note the username,— you chose and click ‘Save' when complete,— you will shortly receive an email with your unique password (keep thissecure),— you will then be able to express interest in the tender exercise that isof interest to you;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 arePre-Qualification Questionnaires/ Invitations to Tender open to anyregistered 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 asecure area reserved for your projects only),— you can now access any attachments by clicking ‘Buyer Attachments' inthe ‘PQQ/ ITT Details' box;

3. responding to the tender:— click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘CreateResponse' or to ‘Decline to Respond' (please give a reason if declining),— you can now use the ‘Messages' function to communicate Powered byBravoSolution eSourcing Technology 15 / 19 with the buyer and seek anyclarification,— note the deadline for completion, then follow the onscreen instructionsto 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 atthe top of the page,— if you require any further assistance please consult the online help orcontact the eTendering help desk at 0800-3684580 [email protected] deadline for submitting a response to the PQQ is 17:00 hours on 23September 2013. Tenders and all supporting documentation for the contractmust be priced in sterlingand written in English. Any agreement entered into will be considered acontract made in England according to English law and will be subject tothe exclusive jurisdictionof the English Courts. Chesterfield Royal Hospital NHS Foundation Trust isnot liable for any costs incurred by those expressing an interest inand/or tendering for this contract opportunity. Chesterfield RoyalHospital NHS Foundation Trust reserves the right to terminate theprocurement process (or part of it), to change the basis of and theprocedures for the procurement process at any time or to procure thesubject matter of the contract by alternative means if it appears that itcan be more advantageously procured by alternative means. The mosteconomically advantageous or any tender will not automatically beaccepted.VI.4) Procedures for appealVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Chesterfield Royalwill incorporate a minimum 10 calendar day standstill period at the pointinformation on the award of contract is communicated to tenderers, inaccordance with Regulation 32A of the Public Contracts Regulations 2006.Any tenderer wishing to appeal the decision to award the contract, orafter the award of the contract appeal the award of the contract, shallhave the rights set out in Part 9 of the Public Contracts Regulations 2006and as amended in 2009 Remedies Directive and further amended in 2011.VI.5) Date of dispatch of this notice:22.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Sewage, refuse, cleaning and environmental services PUBLISHED ON: 24/08/2013 DOCUMENT NUMBER: 285859-2013 JOURNAL NUMBER: 164 SPECIFICATION DUE: DEADLINE: 23/09/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: Z - Not specified TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90000000 Sewage, refuse, cleaning and environmental services AGENCY: LEEDS TEACHING HOSPITALS COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Leeds Teaching HospitalsSupplies, Leeds General Infirmary, Great George StreetFor the attention of: Beverly PetticanLS1 3EX LeedsUNITED KINGDOMTelephone: +44 1133926750E-mail: [email protected]: +44 1133928316I.2) Type of the contracting authorityI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Pest Control ServicesII.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 17: Hotel and restaurant servicesMain site or location of works, place of delivery or of performance: LeedsTeaching Hospitals NHS Trust.NUTS code UKE

II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Pest Control ServicesII.1.6) Common procurement vocabulary (CPV)90000000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: yesII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Pest Control Services36 months plus an option to extend for a further 2 x 12 monthsEstimated value excluding VAT:Range: between 100 000 and 200 000 GBPII.2.2) Information about optionsOptions: 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.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Any supplier may be disqualified who:(a) is bankrupt or is being wound up, where his affairs are beingadministered by the court, where he has entered into an arrangement withcreditors, where he has suspended business activities or is in anyanalogous situation arising from a similar procedure under national lawsand regulations;(b) is the subject of proceedings for a declaration of bankruptcy, for anorder compulsory winding up the administration by the court or of anarrangement with creditors or of any other similar proceedings undernational laws and regulations;(c) has been convicted by a judgment which has the force of res judicatain accordance with the legal provisions of the country of any offenceconcerning his professional conduct;(d) has been guilty of grave professional misconduct proven by any meanswhich the contract authorities can demonstrate;(e) has not fulfilled obligations relating to the payment of socialsecurity contributions in accordance with the legal provisions of thecountry in which he is established or with those of the country of thecontracting authority;(f) has not fulfilled obligations relating to the payment of taxes inaccordance with the legal provisions of the country in which he isestablished 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 participation in a criminalorganization, as defined in Article 2(1) of Council Joint Action98/733/JHA;(i) has been the subject of a conviction for corruption, as defined inArticle 3 of the Council Act of 26 May 1972 and Article 3(1) of CouncilJoint Action 98/742/JHA3 respectively;(j)has been the subject of a conviction for fraud within the meaning ofArticle 1 of the Convention relating to the protection of the financialinterests of the European Communities;(k) has been the subject of a conviction for money laundering, as definedin Article 1 of Council Directive 91/308/EEC of 10 June 1991 on preventionof the use of the financial system for the purpose of money laundering.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: (a) appropriate statements from banks or, where appropriate,evidence of relevant professional risk indemnity insurance;(b) the presentation of balance-sheets or extracts from thebalance-sheets, where publication of the balance-sheet is required underthe law of the country in which the economic operator is established;(c) a statement of the undertaking's overall turnover and, whereappropriate , of turnover in the area covered by the contract for amaximum of the last three financial years available, depending on the dateon which the undertaking was set up or the economic operator startedtrading, as far as the information of these turnovers is available.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:(b) a list of the principal deliveries effected or the main servicesprovided in the past three years, with the sums, dates and recipients,whether public or private, involved.Evidence of delivery and services provided shall be given:— where the recipient was a contracting authority, in the form ofcertificates issues or countersigned by the competent authority,— where the recipient was a private purchaser, by the purchaser'scertification or, failing this, simply by a declaration by the economicoperator;(c) an indication of the technicians or technical bodies involved, whetheror not belonging directly to the economic operator's undertaking,especially those responsible for quality control and, in the case ofpublic works contracts, those upon whom the contractor can call in orderto carry out the work;(d) a description of the technical facilities and measures used by thesupplier or service provider for ensuring quality and the undertaking'sstudy and research facilities;(e) where the products or services to be supplied are complex or,exceptionally, are required for a special purpose, a check carried out bythe contracting authorities or on their behalf by a competent officialbody of the country in which the supplier or service provider isestablished, subject to that body's agreement, on the productioncapabilities of the supplier or the technical capacity of the service

provider and, if necessary, on the means of study and research which areavailable to it and the quality control measures it will operate;(k) with regard to the products to be supplied:i) samples, descriptions and/or photographs, the authenticity of whichmust be certified if the contracting authority so request;ii) certificates drawn up by official quality control institutes oragencies of recognized competence attesting the conformity of productsclearly identified by references to specifications or standards.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution 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 ofthe 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 totender or to participateEnvisaged minimum number 2: and maximum number 5Objective criteria for choosing the limited number of candidates: Asdetailed under section 4 of the PQQ documentIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:DNWD-98SEMRIV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate23.9.2013 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.8) Conditions for opening of tendersPersons authorised to be present at the opening of tenders: noSection VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: yesEstimated timing for further notices to be published: 36 monthsVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by European

Union funds: noVI.3) Additional informationExpressions of Interest and the Pre-Qualification Questionnaires can beobtained by following the below links to the trusts e-tendering portal atwww.leedsth-tenders.co.uk.1. Browse to the Leeds Teaching Hospitals NHS Trust e tendering Portal:www.leedsth-tenders.co.uk2. You will need to register on the system if you are not already. Helpwith the registration can be found at the bottom right hand side of thepage - Supplier Guide How to do Business;3. Once registered, login to the system and from the opportunitiessection, please register your interest which will result in thePre-Qualification Questionnaire being sent automatically. Help is on handat the bottom right hand side of the screen again - Supplier Guide Firsttime Login.If you need support with any aspect of the registration, login or usingthe system the first point of contact would be the help documents on thebottom right of the page. Failing that, please contact support at the topof the tendering page. Please note Leeds Teaching Hospitals NHS Trust isnot liable for any costs incurred by the respondents to this advert or anysubsequent tender exercise. Leeds Teaching Hospitals NHS Trust reservesthe right not to award a contract if circumstances dictate. Leeds TeachingHospitals NHS Trust would welcome responses from Small to MediumEnterprises (SME) as defined by the Department for Business Enterprise andRegulatory Reform (BERR) capable of supplying all products and/or servicesdetailed.VI.4) Procedures for appealVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Preciseinformation on deadline(s) for lodging appeals: Precise information ondeadline(s) for lodging appeals: This authority will incorporate a minimum10calendar day standstill period at the point information on the award ofthecontract is communicated to tenderers. This period allows unsuccessfultenderers to seek further debriefing from the contracting authority beforethecontract is entered into. Applicants have 2 working days from notificationofthe award decision to request additional debriefing and that informationhas tobe provided a minimum of 3 working days before expiry of the standstillperiod.Such additional information should be requested from the address insection1.1. If an appeal regarding the award of a contract has not beensuccessfullyresolved the (for Public Sector) Public Contracts Regulations 2006 (SI2006 No5) provide for aggrieved parties who have been harmed or are at risk ofharm by

a breach of the rules to take action in the High Court (England, Wales andNorthern Ireland). Any such action must be brought promptly (generallywithin 3months). Where a contract has not been entered into the court may orderthesettling aside of the award decision or order the authority to amend anydocument and may award damages. If the contract has been entered into thecourtmay only award damages.VI.5) Date of dispatch of this notice:22.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Repair and maintenance services of boilers PUBLISHED ON: 24/08/2013 DOCUMENT NUMBER: 285872-2013 JOURNAL NUMBER: 164 SPECIFICATION DUE: DEADLINE: 07/10/2013 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: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 50531100, 44621200, 42160000, 42162000, 42164000 Repair and maintenance services of boilers, Boilers, Boiler installations, Steam-generating boilers, Auxiliary plant for use with boilers AGENCY: SHEFFIELD TEACHING HOSPITALS NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Sheffield Teaching Hospitals NHS Foundation TrustRoyal Hallamshire Hospital, Glossop RoadContact point(s): Supplies Department, C FloorFor the attention of: Stephen SilverstoneS10 2JF SheffieldUNITED KINGDOMTelephone: +44 1142713938E-mail: [email protected]: +44 1142711860Internet address(es):Address of the buyer profile:http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0644Further information can be obtained from: Sheffield Teaching Hospitals NHSFoundation TrustRoyal Hallamshire Hospital, Glossop RoadContact point(s): Supplies Department C FloorFor the attention of: Stephen SilverstoneS10 2JF SheffieldUNITED KINGDOMTelephone: +44 1142713938E-mail: [email protected]: +44 1142711860Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtained

from: Sheffield Teaching Hospitals NHS Foundation TrustRoyal Hallamshire Hospital, Glossop RoadContact point(s): Supplies Department C FloorFor the attention of: Stephen SilverstoneS10 2JF SheffieldUNITED KINGDOMTelephone: +44 1142713938E-mail: [email protected]: +44 1142711860Tenders or requests to participate must be sent to: Sheffield TeachingHospitals NHS Foundation TrustRoyal Hallamshire Hospital, Glossop RoadContact point(s): Supplies Department C FloorFor the attention of: Stephen SilverstoneS10 2JF SheffieldUNITED KINGDOMTelephone: +44 1142713938E-mail: [email protected]: +44 1142711860I.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 contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Preparation for Insurance Inspection & Overhaul of Steam Raising BoilerEquipmentII.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 1: Maintenance and repair servicesMain site or location of works, place of delivery or of performance:Sheffield, South YorkshireNUTS code UKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Sheffield Teaching Hospitals NHS Foundation Trust consists of twocampuses. The Northern Campus is made up of the Northern General Hospital.The Central Campus comprises the Royal Hallamshire Hospital, JessopsMaternity Wing, Weston Park Hospital and the Charles Clifford DentalHospital.The proposed service contract shall consist of the following:(a) The annual preparation of five boilers for insurance inspection at theRoyal Hallamshire Hospital and three boilers at the Northern GeneralHospital,

(b) The complete annual overhaul of all specified boiler valves andfittings at each campus,(c) The inspection and maintenance of boiler feed water economisers,(d) The preparation of all boilers for thorough examination and NonDestructive Testing (NDT).Contract duration, three Years, with an optional extension of one plus oneyearsNOTE: To register your interest in this notice and obtain any additionalinformation please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=107922.II.1.6) Common procurement vocabulary (CPV)50531100, 44621200, 42160000, 42162000, 42164000II.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: noII.1.9) Information about variantsVariants will be accepted: yesII.2) Quantity or scope of the contractII.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis contract is subject to renewal: noSection 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 procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 5IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:42030/EU/SASIV.3.2) Previous publication(s) concerning the same contractNotice on a buyer profileNotice number in the OJEU: 2009/S 243-348223 of 17.12.2009IV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentIV.3.4) Time limit for receipt of tenders or requests to participate7.10.2013 - 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates14.10.2013IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.3) Additional information1. Pre-qualification data required to take part in this Tender is that setout as a minimum set of data fields needed for an entry in SID4GOV. Thedata fields required can be accessed by contacting [email protected] ensure that the subject box reads 'SID4GOV'. Suppliers can registerand submit their supplier profile.2. Potential suppliers should register their interest using the myTendersweb site (details will be shown within the OJEU advertisement) or with ourTender Co-ordinator by post, fax or e-mail confirming their registrationdetails with SID4GOV, and both the EU advertisement reference and ourTender reference. Should any potential supplier decline registration onSID4GOV then any registration of interest must be accompanied by theminimum set of data fields needed for an entry in SID4GOV.3. Please ensure that your response contains an e-mail address for useduring this tender exercise.4. The Trust reserve the option to issue a pre-tender questionnairecovering further requirements specific to this tender.5. Where access to SID4GOV is unavailable please email the help [email protected] Please ensure that the subject box reads'SID4GOV'.6. Future additions to the successful supplier's product ranges may beincluded during the term of the agreement.7. The Trust reserves the option to extend any contract awarded for up to50 % of its original term.8. The Trust undertakes to use its best endeavours to hold confidentialany information provided in any proposal submitted, subject to the Trust'sobligations under law, including the Freedom of Information Act 1997. Ifthe applicant considers that any information submitted in any proposalshould not be disclosed because of its sensitivity then this should bestated with the reason(s) for considering it sensitive.9. The Trust may use a staged evaluation procedure to reduce the number ofbidders prior to a shortlist of bidders and/or preferred bidder beingselected.(MT Ref:107922)VI.5) Date of dispatch of this notice:22.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Optician services PUBLISHED ON: 24/08/2013 DOCUMENT NUMBER: 285880-2013 JOURNAL NUMBER: 164 SPECIFICATION DUE: DEADLINE: 23/09/2013 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: 1 - Ministry or any other national or federal authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 85160000 Optician services AGENCY: NHS CENTRAL MIDLANDS COMMISSIONING SUPPORT UNIT COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)NHS Central Midlands Commissioning Support UnitKingston House, 438-450 High StreetFor the attention of: Helen FosterB70 9LD West BromwichUNITED KINGDOMTelephone: +44 1216121500E-mail: [email protected] address(es):General address of the contracting authority:https://cmcsu.bravosolution.co.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityMinistry or any other national or federal authority, including theirregional or local sub-divisionsI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yes

Section II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Community Ophthalmology Services for Solihull Clinical Commissioning GroupII.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 25: Health and social servicesMain site or location of works, place of delivery or of performance:Solihull, England, UK.NUTS code UKG32II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)The key aims of the service are to improve the clinical outcome forpatients, to reduce waiting times, to offer services closer to home, andto reduce the demand for secondary care to release capacity for patientswith complex and urgent needs. The service will be focussed on deliveringhigh quality, safe, and value for money care in a number of areasincluding glaucoma testing & follow up, age related macular degenerationreview, and low vision services. An outline Specification is availablecontaining more detail. Further details are contained in an outlineSpecification and Memorandum of Information which can be accessed viahttps://cmcsu.BRAVOsolution.co.ukII.1.6) Common procurement vocabulary (CPV)85160000, 85160000II.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: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Details of the scope of the service are already given at section II.1.5above. An estimate is given below relating to the project in terms of itspotential value in GBP. This is an estimate only and the actual contractvalue over the life of the contract may be more or less than this estimatedepending on the tenders received and the extension options exercised (ifany).Estimated value excluding VAT:Range: between 2 100 000 and 2 600 000 GBPII.2.2) Information about optionsOptions: yesDescription of these options: The contract will be for an initial periodof 3 years with options (to be exercisable under the contract) to extendthe contract for a period or periods up to a further 24 months dependingupon business needs.II.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:Parent company or other guarantees may be required in certaincircumstances. Refer to the Memorandum of Information for further details.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:As contained within the tender documents.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:The Authority reserves the right to require groupings of economicoperators to take a particular legal form or to require a single economicoperator to take primary liability for a contract to be performed by agroup of economic operators or to require each party to undertake jointand several liability in respect of the entire contract irrespective ofthe form the grouping takes.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions: As contained within the tenderdocuments.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Information and formalities necessary for evaluating ifrequirements are met:Any supplier may be disqualified who:a) is bankrupt or is being wound up, where his affairs are beingadministered by the court, where he has entered into an arrangement withcreditors, where he has suspended business activities or is in anyanalogous situation arising from a similar procedure under national lawsand regulations;b)is the subject of proceedings for a declaration of bankruptcy, for anorder for compulsory winding up or administration by the court or of anarrangement with creditors or of any other similar proceedings undernational laws and regulations;c) has been convicted by a judgment which has the force of res judicata inaccordance with the legal provisions of the country of any offenceconcerning his professional conduct;d) has been guilty of grave professional misconduct proven by any meanswhich the contracting authorities can demonstrate;e) has not fulfilled obligations relating to the payment of socialsecurity contributions in accordance with the legal provisions of thecountry in which he is established or with those of the country of thecontracting authority;f) has not fulfilled obligations relating to the payment of taxes inaccordance with the legal provisions of the country in which he isestablished or with those of the country of the contracting authority;g) is guilty of serious misrepresentation in supplying the informationrequired under this Section or has not supplied such information;h) has been the subject of a conviction for participation in a criminal

organisation, as defined in Article 2(1)of Council Joint Action98/733/JHA;i) has been the subject of a conviction for corruption, as defined inArticle 3 of the Council Act of 26 May 1972 and Article 3(1) of CouncilJoint Action 98/742/JHA3 respectively;j) has been the subject of a conviction for fraud within the meaning ofArticle 1 of the Convention relating to the protection of the financialinterests of the European Communities;k) has been the subject of a conviction for money laundering, as definedin Article 1 of Council Directive 91/308/EEC of 10 June 1991 on preventionof the use of the financial system for the purpose of money laundering.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: The following may be requested in assessing potential bidders'economic and financial capacity:- (a) appropriate statements from banksor, where appropriate, evidence of relevant professional risk indemnityinsurance; (b) the presentation of balance-sheets or extracts from thebalance-sheets, where publication of the balance-sheet is required underthe law of the country in which the economic operator is established; (c)a statement of overall turnover and, where appropriate, of turnover in thearea covered by the contract for a maximum of the last two financial yearsavailable, depending on the date on which the undertaking was set up orthe economic operator started trading, as far as the information on theseturnovers is available. Please refer to the Pre-QualificationQuestionnaire (Project Reference SOLOPHTH217) and/or Memorandum ofInformation for specific requirements.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Central Midlands CSU requires that potential bidders, in submitting theirexpression of interest, complete procurement specific information in theform of a Pre-Qualification Questionnaire (PQQ) (Project ReferenceSOLOPHTH217) available at https://cmcsu.bravosolution.co.uk. Failure torespond to the PQQ as required will result in an incomplete expression ofinterest. Please refer to Section VI.3) below for additional information.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 5Objective criteria for choosing the limited number of candidates: Asdetailed in the PQQ and/or Memorandum of Information.IV.1.3) Reduction of the number of operators during the negotiation ordialogueRecourse to staged procedure to gradually reduce the number of solutionsto be discussed or tenders to be negotiated no

IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:SOLOPHTH217 (PQQ_252).IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate23.9.2013 - 17:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates15.10.2013IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.8) Conditions for opening of tendersPlace:Tenders will be opened electronically as soon as practically possiblefollowing the closing date and time for the receipt of tenders.Persons authorised to be present at the opening of tenders: noSection VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: yesEstimated timing for further notices to be published: June 2016 unless theoption(s) to extend the contract is exercised.VI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationIf and when this requirement is offered to tender, this will be done viaelectronic means using the internet.Central Midlands CSU is conducting this procurement exercise as a centralpurchasing body for another NHS body (please refer to the PQQ and/or MOIfor details) with whom the successful bidder(s) will enter into a contractfor the supply of the services. Any other public sector body wishing toaccess the contract may do so only with permission from the contractingNHS body. The contract conditions will be set out in the Invitation toTender. Further details will be made available via documentation andinformation released during the course of the tender process.SUBMISSION OF EXPRESSION OF INTEREST AND PROCUREMENT SPECIFIC INFORMATIONThis exercise will be conducted on the Central Midlands CSU portal athttps://cmcsu.bravosolution.co.uk. Candidates wishing to be consideredmust register their expression of interest & provide additional

procurement-specific information (by completing a PQQ) through the portalas follows: i)Candidates should register on the portal athttps://cmcsu.bravosolution.co.uk (registration and use of the website isfree of charge). If your organisation has registered previously, you donot need to re-register. ii)Once registered, candidates must expressinterest by a) logging-in to the Central Midlands CSU eTendering portal,b)selecting response to advert and PQQ, c) select Open Access PQQ, d)search for and access listing related to this contract and view details,e) click on Express Interest link iii)Once you have expressed interest,access the My PQQs page where you can download documentation (if required)& construct your reply as instructed. You must submit your reply on thewebsite by the deadline stated. For technical support in submitting yourexpression of interest contact the BravoSolution Help-desk on 0800 3684850 or [email protected] services to which this MOI relates fall within Part B of Schedule 3 ofthe Public Contracts Regulations 2006 (“the Regulations”). Neither theinclusion of an Applicant selection stage nor the use of the term“Pre-Qualification Questionnaire" nor any other indication shall be takento mean that the Contracting Authority intends to hold itself bound by anyof the Regulations, save those applicable to Part B services.VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresNHS Central Midlands CSUKingston House, 438-450 High StreetB70 9LD West BromwichUNITED KINGDOMTelephone: +44 1216121500Internet address: www.experiencecounts.org.ukBody responsible for mediation proceduresNHS Central Midlands CSUKingston House, 438-450 High StreetB70 9LD West BromwichUNITED KINGDOMTelephone: +44 1216121500Internet address: www.experiencecounts.org.ukVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Authority willallow a standstill period at the point the decision regarding the award ofthe contract is communicated to tenderers. The standstill period shall bein accordance with Regulation 32A of the Public Contracts Regulations 2006(as amended).VI.4.3) Service from which information about the lodging of appeals maybe obtainedn/aUNITED KINGDOMVI.5) Date of dispatch of this notice:23.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Public road transport services PUBLISHED ON: 22/08/2013 DOCUMENT NUMBER: 282753-2013 Part 5 of 5 JOURNAL NUMBER: 162 SPECIFICATION DUE: 04/10/2013 DEADLINE: 04/10/2013 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): 60112000 Public road transport services AGENCY: YORKSHIRE AMBULANCE SERVICE NHS TRUST COUNTRY: GB. LANGUAGE: EN

Part 5 of 5This will move the PQQ /ITT into your ‘My PQQs/ My ITTs' page. (This is asecure area reserved for your projects only) -You can now access anyattachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITT Details' box3. Responding to the tender - Click ‘My Response' under ‘PQQ/ ITTDetails', 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 - Notethe deadline for completion, then follow the onscreen instructions tocomplete the PQQ/ ITT - There may be a mixture of online and offlineactions for you to perform (there is detailed online help available) Youmust then submit your reply using the ‘Submit Response' button at the topof the page. If you require any further assistance please consult theonline help or contact the eTendering help desk at 0800-3684580 [email protected]) Procedures for appealVI.4.1) Body responsible for appeal proceduresCentre for Effective Dispute Resolution70 Fleet StreetEC4Y 1EU LondonUNITED KINGDOME-mail: [email protected]: +44 2075366000Internet address: https://www.cedr.comFax: +44 2075366001Body responsible for mediation proceduresCentre for Effective Dispute Resolution70 Fleet StreetEC4Y 1EU LondonUNITED KINGDOM

E-mail: [email protected]: +44 2075366000Internet address: https://www.cedr.comFax: +44 2075366001VI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: YAS willincorporate a minimum 10 calendar day standstill period at the pointinformation on the award of contract is communicated to tenderers, inaccordance with Regulation 32A of the Public Contracts Regulations 2006.Any tenderer wishing to appeal the decision to award the contract, orafter the award of the contract appeal the award of the contract, shallhave the rights set out in Part 9 of the Public Contracts Regulations 2006and as amended in 2009 Remedies Directive and further amended in 2011.VI.4.3) Service from which information about the lodging of appeals maybe obtainedYorkshire Ambulance Service NHS TrustSpringhill, Brindley Way, Wakefield 41 Business ParkWF2 0XQ WakefieldUNITED KINGDOMInternet address: www.yas.nhs.ukVI.5) Date of dispatch of this notice:19.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

TITLE: Community health services PUBLISHED ON: 21/08/2013 DOCUMENT NUMBER: 281642-2013 JOURNAL NUMBER: 161 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: V - Voluntary ex ante transparency notice NATURE OF CONTRACT: 4 - Service contract PROCEDURE: V - Award of contract without prior publication of a contract notice REGULATION: Z - Not specified AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 9 - Not applicable CRITERIA: Z - new value CPV CODE(S): 85323000 Community health services AGENCY: LEEDS CITY COUNCIL COUNTRY: GB. LANGUAGE: EN

Voluntary ex ante transparency noticeThis notice is covered by: Directive 2004/18/ECSection I: Contracting authority/entityI.1) Name, addresses and contact point(s)Leeds City CouncilCivic HallFor the attention of: Hilary SedgwickLS1 1UR LeedsUNITED KINGDOMTelephone: +44 7891275926E-mail: [email protected]: +44 1133952452Internet address(es):General address of the contracting authority/entity: www.leeds.gov.ukAddress of the buyer profile: http://www.yortender.co.ukI.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesHealthHousing and community amenities1.4) Contract award on behalf of other contracting authorities/entitiesThe contracting authority/entity is purchasing on behalf of othercontracting authorities/entities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contractYORE-99HHSZ LCCW6114 Mental Health Care Support ServiceII.1.2) Type of contract and location of works, place of delivery or ofperformance

ServicesService category No 25: Health and social servicesNUTS code UKE42II.1.4) Short description of the contract or purchase(s)LCCW6114 Mental Health Care Support ServiceII.1.5) Common procurement vocabulary (CPV)85323000II.2) Total final value of contract(s)II.2.1) Total final value of contract(s)Value: 617 212,50 GBPExcluding VATSection IV: ProcedureIV.1) Type of procedureAward of a contract without prior publication of a contract notice in theOfficial Journal of the European Union (in the cases listed in Section 2of Annexes D1, D2 or D3 as appropriate)Justification for the choice of the negotiated procedure without priorpublication of a contract notice in the OJEU in accordance with Directive2004/18/ECThe products involved are manufactured purely for the purpose of research,experiment, study or development under the conditions stated in theDirective: noThe works/goods/services can be provided only by a particular tenderer forreasons that are: connected with the protection of exclusive rightsExtreme urgency brought about by events unforeseeable by the contractingentity and in accordance with the strict conditions stated in theDirective noAdditional works/deliveries/services are ordered under the strictconditions stated in the Directive: noNew works/services, constituting a repetition of existing works/servicesand ordered in accordance with the strict conditions stated in theDirective: noService contract awarded to the successful candidate or one of them aftera design contest: noFor supplies quoted and purchased on a commodity market: noAll tenders submitted in reply to an open procedure, a restrictedprocedure or competitive dialogue were irregular or inacceptable. Onlythose tenderers were included in the negotiations which have satisfied thequalitative selection criteria: no'It's lawful because the EU Directives in relation to publication of aContract Notice do not apply to these services which are covered by AnnexII B of Directive 2004/18/EC'IV.3) Administrative informationIV.3.1) File reference number attributed by the contractingauthority/entityYORE-99HHSZ LCCW6114 Mental Health Care Support ServiceSection V: Award of contractV.3) Name and address of economic operator in favour of whom the contractaward decision has been takenLeeds York Partnership NHS Foundation TrustSt Mary's Road

LS7 3JX LeedsUNITED KINGDOMV.5) Information about subcontractingThe contract is likely to be sub-contracted: noSection VI: Complementary informationVI.3) Procedures for appealVI.3.1) Body responsible for appeal proceduresThe High Court of JusticeThe StrandWC2A 2LL LondonUNITED KINGDOMVI.3.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals The authority willincorporate a minimum 10 calendar day voluntary standstill period at thepoint information on the award of the contract is communicated totenderers. This period allows unsuccessful tenderers to seek furtherdebriefing from the contracting authority before the contract is enteredinto. Such additional information should be requested from the addresseefound in 1.1. If an appeal regarding the award of a contract has not beensuccessfully resolved the (for Public Sector) Public Contracts Regulations2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed orare at risk of harm by a breach of the rules to take action in the HighCourt (England, Wales and Northern Ireland). Any such action must bebrought promptly (within 30 days beginning with the date when the economicoperator first knew or ought to have known that grounds for such actionhad arisen). Where a contract has not been entered into the court mayorder the setting aside of the award decision or order the authority toamend any document and may award damages. If the contract has been enteredinto the court may only award damages. Following the 10 day standstillperiod, if no further debriefing has been requested, the court may onlyaward damages once the contract has been entered into.VI.4) Date of dispatch of this notice:19.8.2013

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>