Alder Hey Children's NHS Foundation Trust : Removal Relocation Services

  Alder Hey Children's NHS Foundation Trust has published this notice through Delta eSourcing

Notice Summary
Title: Removal Relocation Services
Notice type: Contract Notice
Authority: Alder Hey Children's NHS Foundation Trust
Nature of contract: Services
Procedure: Restricted
Short Description:
Published: 01/12/2014 15:36

View Full Notice

UK-Liverpool: Employee relocation services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Alder Hey Children's NHS Foundation Trust
      Eaton Road, Liverpool, L12 2AP, United Kingdom
      Tel. +44 1512525685, Email: healthcareparkprocurement@alderhey.nhs.uk, URL: http://alderhey.nhs.uk
      Contact: Procurement Office, Attn: Catriona Murphy

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Health

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Removal Relocation Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 2

         Region Codes: UKD52 - Liverpool         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators

         Duration of the framework agreement:
            Duration in year(s): 2             
         Justification for a framework agreement the duration of which exceeds four years:
         It is Alder Hey Children's NHS Foundation Trust's intention to award this contract for 2 years with the option of 1 year plus 1 year
         Estimated total value of purchases for the entire duration of the framework agreement:
                        
            Estimated value excluding VAT: 2,000,000
            Currency: GBP
                              
      II.1.5)Short description of the contract or purchase:
      Employee relocation services. Relocation services.
         
      II.1.6)Common Procurement Vocabulary:
         79613000 - Employee relocation services.
         
         98392000 - Relocation services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Alder Hey Children’s NHS Foundation Trust is a specialist paediatric hospital serving more than 200,000 children and young people of Merseyside and the North West of England every year. It provides a comprehensive range of specialist and general health services at its main site, Alder Hey Hospital in West derby, Liverpool and through community sites and external clinic sessions. Founded in 1914, it is one of the biggest and busiest children’s hospitals in Europe. Its vision is to lead world class healthcare for children and young people by committing to excellence through partnership, research, innovation and learning.The Trust is a national centre for head and face surgery, oncology, cardiology, orthopaedics and neurology. Specialist services include a dedicated intensive care unit and burns unit. Alder Hey is also a centre for excellence for children with cancer, heart, spinal and brain disease.General Services include an accident and emergency department, which treat 65,000 children every year, 10 state-of-the-art operating theatres and 309 in-patient and day case beds.Child and Adolescent mental health services are provided at the hospital and through community outreach programmes but around 40 per cent of total activity is provided by the Trust in a community setting at more than 40 sites across Merseyside, working closely with CCG’s and local authorities to set up children’s centres close to people’s homes.This is in addition to more than 800 specialist clinical sessions a year delivered across the North West, North Wales, Shropshire and the Isle of Man. Alder Hey has a world class reputation for treating and saving the lives of sick children and a proud history of medical achievement and clinical innovation. As a teaching hospital it is involved in training more than 600 medical students every year and is the national coordinating centre for Medicines for the Children’s research.The Trust is aspiring to be a world class provider of Children’s Healthcare and is seeking to increase its national profile by building a new state of the art hospital due to open in September 2015 therefore the Trust is seeking to engage with a Removal/ Relocation Contractor to create a Framework Agreement for Direct Call-off or further mini-comp for a period of 2 years with an option of plus 1 year plus 1 year to aid the move from its current location to the new Alder Hey in the Park. Handover of the new build is forecast as March 2015 with a commissioning window of 6 months for a ‘go live’ date in September 2015 although this is 'subject to change'.The scope of works is to relocate medical, non-medical and fixed equipment together with the de-commissioning and disposal of some items of equipment in line with EU Legislation, relevant ISO and British Standards.The Contractor must be flexible and will be required to work evenings and weekends together with the capacity to accommodate ad-hoc moves. The Contractor must also provide a service that has staff who are DBS (previously CRB) accredited. The Trust is seeking expressions of interest from suitably qualified and experienced organisations which are capable of providing the services related to this procurement and can evidence this.Alder Hey Childrens NHS Foundation Trust are looking to create a framework agreement that includes Royal Liverpool and Broad Green NHS Trust and Aintree University Hospitals NHS Foundation Trust. The top 4 most economically advantageous tenders will be awarded and named on the framework however Alder Hey Children’s NHS Foundation Trust will award the top scoring bid for its project.         
         Estimated value excluding VAT: 2,000,000
         Currency: GBP
                        
      
      II.2.2)Options: Yes
         If yes, description of these options: This contract is for a duration of 2 years with an Option to extend a further 1 year plus 1 year                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 24 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Please refer to delta web page http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      As specified in the pre-qualification questionnaire and invitation to tender documents pursuant to the Public Contract Regulations 2006 as referred to in VI.3      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As specified in the pre-qualification questionnaire and invitation to tender documents pursuant to the Public Contract Regulations 2006 as referred to in VI.3         
         Minimum Level(s) of standards possibly required:
         As specified in the pre-qualification questionnaire and invitation to tender documents pursuant to the Public Contract Regulations 2006 as referred to in VI.3
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         As specified in the pre-qualification questionnaire and invitation to tender documents pursuant to the Public Contract Regulations 2006 as referred to in VI.3         
         Minimum Level(s) of standards possibly required:
         As specified in the pre-qualification questionnaire and invitation to tender documents pursuant to the Public Contract Regulations 2006 as referred to in VI.3      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 2 and maximum number: 4         
         Objective Criteria for choosing the limited number of candidates:
         Tenders will be required to self-certify their ability to participate with a (PQQ) pre-purchase questionnaire. This will be requested via the contact point listed in I.1 and is to be completed and returned no later than the closing date of this advert. This will include amongst other areas, econominc and financial standing, technical capabilities and compliance. A maximum of 10 companies will be progressed to the ITT stage based on evaluation and scoring of the PQQ submission.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Removal/ Relocation Services SD0210 FW      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 23/12/2014
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 31/01/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Yes
      Reference to project(s) and/or programme(s): This contract may be used to make purchases on projects that are fully or part-funded by European Union funds or programmes including but not limited to: European Regional Development fund (ERDF)       
   VI.3)Additional Information: The expression of interest is required in the form of a completed pre-purchase questionnaire. This document is available upon request from healthcareparkprocurement@alderhey.nhs.uk. This is a restricted procedure and is therefore on a two stage approach upon approval of the pre-purchase questionnaire the ‘invitation to tender’ will be forward to candidates who have evidenced the PQQ in line with the Trusts requirements. The contract will be awarded as a framework from which the named parties can ‘direct pull down’ or carry out a further ‘mini-competition'. Alder Hey Children’s NHS Foundation Trust intend to ‘direct award’ for their trust specific scope of works.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=121778333
GO-2014121-PRO-6197518 TKR-2014121-PRO-6197517
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Alder Hey Children's NHS Foundation Trust
      Eaton Road, Eaton Road, Liverpool, L12 2AP, United Kingdom
      Tel. +44 1512525963, Email: healthcareparkprocurement@alderhey.nhs.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 01/12/2014

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      The Royal Liverpool and Broadgreen University Hospital NHS Foundation Trust
      Prescott Street, Liverpool, L7 8XP, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      Aintree university Hospital NHS Trust
      Longmoor Lane, Liverpool, L9 7AL, United Kingdom

View any Notice Addenda

View Award Notice