North Tees & Hartlepool Solutions LLP working on behalf of North Tees & Hartlepool NHS Foundation Trust: PS122-1.15 Document Storage & Scan on Demand Services - The North Tees & Hartlepool NHS Foundation Trust

  North Tees & Hartlepool Solutions LLP working on behalf of North Tees & Hartlepool NHS Foundation Trust has published this notice through Delta eSourcing

Notice Summary
Title: PS122-1.15 Document Storage & Scan on Demand Services - The North Tees & Hartlepool NHS Foundation Trust
Notice type: Contract Notice
Authority: North Tees & Hartlepool Solutions LLP working on behalf of North Tees & Hartlepool NHS Foundation Trust
Nature of contract: Services
Procedure: Open
Short Description: The Trust requires the provision of a secure, confidential, off-site storage facility, along with a scan on demand service and a delivery and collection service from the Trust’s main sites and community locations.
Published: 28/08/2015 15:45

View Full Notice

UK-Hardwick: Storage and retrieval services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      North Tees & Hartlepool NHS Trust, RVW
      University Hospital of North Tees, Hardwick, TS19 8PE, United Kingdom
      Tel. +44 1642383754, Email: tracey.cramond@nth.nhs.uk
      Contact: Tracey Cramond, Attn: Tracey Cramond

      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: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: PS122-1.15 Document Storage & Scan on Demand Services - The North Tees & Hartlepool NHS Foundation Trust
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKC11 - Hartlepool and Stockton-on-Tees         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Storage and retrieval services. System, storage and content management software package. Scanning services. Document management software package. Document management system. Archive services. File storage box. System, storage and content management software development services. Storage and warehousing services. The Trust requires the provision of a secure, confidential, off-site storage facility, along with a scan on demand service and a delivery and collection service from the Trust’s main sites and community locations.
         
      II.1.6)Common Procurement Vocabulary:
         63121000 - Storage and retrieval services.
         
         48780000 - System, storage and content management software package.
         
         79999100 - Scanning services.
         
         48311000 - Document management software package.
         
         48311100 - Document management system.
         
         92512000 - Archive services.
         
         30193700 - File storage box.
         
         72212780 - System, storage and content management software development services.
         
         63120000 - Storage and warehousing services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      1.The provision of secure off-site storage for all document type
2.Provision of a 24/7 on demand scanning service
3.Provision of secure file transfer service for scanned records
4.Provision of bulk ad hoc scanning services
5.Provision of on demand off site secure records destruction
6.Provision of a collection service from any Trust site for both single and bulk records
7.Provision of a collection service to include the option for the contractor to pick records, catalogue records and box records on any Trust site to prepare them for collection, either in bulk or for individual records
8.Provision of a delivery service to any Trust site for both single and bulk records
9.Provision of ability to store other types of records including but not limited to, ledges, box files, hard copy x-ray images and registers.
10.The Contractor is not to use any sub-contractors or 3rd parties to fulfil its duties in relation to this contract.
11.The storage and scanning provision must be maintained within the United Kingdom                  
         Estimated value excluding VAT:
         Range between: 180,000 and 200,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 01/12/2015
         Completion: 30/11/2019

   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:
      Not Provided
      
      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:
      Not Provided      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Minimum Level(s) of standards possibly required:
         All potential bidders must have a minimum turnover two times larger than the total annual contract value. Should annual turnover be insufficient, then the Trust reserves the right to disqualify the bidder from this procurement exercise.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided 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 of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
      
      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: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

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

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: PS122-1.15 Document Storage & Scan on Demand Services      
      IV.3.2)Previous publication(s) concerning the same contract: No

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


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 28/09/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: If you wish to express your interest and gain access to the tender documentation please follow this link, or copy and paste into your browser to register your interest:
https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=3251&Culture=en-GB
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=158111865
GO-2015828-PRO-6994038 TKR-2015828-PRO-6994037
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      North Tees & Hartlepool NHS Trust
      University Hospital of North Tees, Hardwick, TS19 8PE, United Kingdom
      Tel. +44 1642383754, Email: tracey.cramond@nth.nhs.uk

      Body responsible for mediation procedures:
               North Tees & Hartlepool NHS Trust
         University Hospital of North Tees, Hardwick, TS19 8PE, United Kingdom
         Tel. +44 1642624782

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            North Tees & Hartlepool NHS Trust
      University Hospital of North Tees, Hardwick, TS19 8PE, United Kingdom
      Tel. +44 1642624782

   VI.5) Date Of Dispatch Of This Notice: 28/08/2015

ANNEX A

View any Notice Addenda

View Award Notice