CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Dynamic purchasing system
Country: United Kingdom
OJEU Ref: (2018/S 156-359273/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU

Dynamic purchasing system
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Salisbury NHS Foundation Trust
Odstock Road
Salisbury
Postal code: SP2 8BJ
United Kingdom
Contact points(s): Commercial Services
For the attention of: Simon Dennis
Phone: +44 1722336262
Email: simon.dennis2@salisbury.nhs.uk
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity: Health
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
National Health Service organisations or affiliates as listed in the tender documents and DPS Requirements guide.
Salisbury Managed Procurement Services
Salisbury
Postal code: SP2 8BJ
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
C2101 Outsourced Payroll and Pensions Processing — Dynamic Purchasing System
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 9: Accounting,auditing and book-keeping services
Main site or location of works, place of delivery or of performance: United Kingdom
Nuts code:
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):

II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
Establishment of a Dynamic purchasing system for the provision of outsourced Payroll and Pensions processing services for UK National health service organisations. Bidders must have full experience of operating via the NHS ESR system only.
II.1.6) Common procurement vocabulary (CPV): 79200000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The 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:
Establishment of a Dynamic purchasing system for the provision of outsourced Payroll and Pensions processing services for UK National health service organisations. Bidders must have full experience of operating via the NHS ESR system only.
Estimated value excluding VAT:
Range: between 1 000 000,00 and 25 000 000,00 GBP
II.2.2) Information about options:
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 01.10.2018Completion 31.08.2022
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
To be described in Tender documents if required.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be described in Tender documents if required.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
To be described in Tender documents if required.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Bidders must perform all services via the NHS ESR national system.
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: To be described in Tender documents if required.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: To be described in Tender documents if required.
Minimum level(s) of standards possibly required: To be described in Tender documents if required.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: To be described in Tender documents if required.
Minimum level(s) of standards possibly required: To be described in Tender documents if required.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no

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: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: yes
Additional information about electronic auction: Coontracting Authorities will be able to specify electronic auctions if required, at time of ITT issue.
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
C2101
IV.3.2) Previous publication(s) concerning the same contract:

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

IV.3.4) Time limit for receipt of tenders or requests to participate:
21.09.2018 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Persons authorised to be present at the opening of tenders: no.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Salisbury NHSFT
Salisbury
Postal code: SP5 4BP
United Kingdom
Body responsible for mediation procedures:
Salisbury NHSFT
United Kingdom
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Salisbury NHSFT
United Kingdom
VI.5) Date of dispatch of this notice:
14.08.2018

Post written by: Andrew Perry

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking