Gwasanaethau cymdeithasol a gwasanaethau penodol eraill - public contracts
Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
NHS England North (Cumbria and the North East)
Waterfront 4, Goldcrest Way
Newcastle upon Tyne
NE15 8NY
UK
Ffôn: +44 1642745000
E-bost: necsu.neprocurement@nhs.net
NUTS: UKD1
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.england.nhs.uk/north
Cyfeiriad proffil y prynwr: www.proactisplaza.com/supplierportal/?CID=NECS
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.proactisplaza.com/supplierportal/?CID=NECS
AGellir cael gwybodaeth ychwanegol o gyfeiriad arall:
North of England Commissioning Support
Teesdale HouseWestpoint RoadThornaby
Stockton-on-Tees
TS17 6BL
UK
E-bost: necsu.neprocurement@nhs.net
NUTS: UKC11
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.necsu.nhs.uk
Cyfeiriad proffil y prynwr: www.proactisplaza.com/supplierportal/?CID=NECS
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.proactisplaza.com/supplierportal/?CID=NECS
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
NHSE492 — General Dental Services — Rothbury, Hadston, Amble
Cyfeirnod: NHSE492
II.1.2) Prif god CPV
85000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
North of England Commissioning Support (NECS) is a commissioning support service hosted by NHS England and is managing this procurement process for and on behalf of NHS England (North) Cumbria and North East (the Contracting Authority). The Contracting Authority is procuring comprehensive routine general dental services in Rothbury and Hadston/Amble, commencing on 1.12.2019 for an initial contract period of 7 years with the option to extend the contract period for a further 3 years.
The Contracting Authority has set a minimum payment of 28,00 GBP to a maximum payment of 32,00 GBP per Unit of Dental Activity (UDA). Based upon the minimum/maximum payments per UDA for the 10 year contract (7 years plus 3 years) would be approximately 3 752 000 GBP to 4 288 000 GBP.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 4 288 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
85000000
85130000
85131000
85100000
II.2.3) Man cyflawni
Cod NUTS:
UKD1
Prif safle neu fan cyflawni:
Rothbury and either Hadston or Amble
II.2.4) Disgrifiad o’r caffaeliad
The Contracting Authority is procuring comprehensive routine general dental services in Rothbury and Hadston/Amble, commencing on 1.12.2019 for an initial contract period of 7 years with the option to extend the contract period for a further 3 years.
The Contracting Authority has set a minimum payment of 28,00 GBP to a maximum payment of 32,00 GBP per Unit of Dental Activity (UDA). Based upon the minimum/maximum payments per UDA for the 10 year contract (7 years plus 3 years) would be approximately 3 752 000 GBP to 4 288 000 GBP.
“Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
(a) how what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions; and
(b) how, in conducting the process of procurement, they might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to “economic, social, and environmental well-being”.
The basic principles of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No. 102) (for health, social, education, and certain other service contracts).
This procurement will be conducted via the NECS e-tendering system (PROACTIS) as such there will be no hardcopy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the PROACTIS portal.
To express an interest in tendering for this procurement, please register on the PROACTIS e-tendering portal, which can be found at: https://www.proactisplaza.com/SupplierPortal/?CID=NECS and follow the registration instructions.
Please note that it is free to register on PROACTIS, which can be accessed at any time of day.
Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by Email: Suppliersupport@proactis.com or Website: http://proactis.kayako.com/suppliernetwork/Core/Default/Index (Monday to Friday 8:30 a.m. to 5:00 p.m.).
Please note: Tender documentation will be available via PROACTIS from 12:00 noon on 1.2.2019 and the closing time and date for receipt of tenders is 12:00 noon on 4.3.2019.
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 4 288 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 120
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
The Contracting Authority and NECS reserve the right to cancel the tender process at any point and will not be held liable for any costs resulting from any cancellation of the tender process or for any other costs incurred by those tendering for the contract.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
Public contracts for health, social, education, and certain other service contracts listed in Schedule 3 of the Public Contracts Regulations 2015 (SI 2015 No. 102) (PCR 2015) shall be awarded in accordance with Chapter 3 Section 7 Regulation 74 to 77 of PCR 2015.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As per the ITT Documentation.
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.10) Nodi’r rheolau cenedlaethol sy’n berthnasol i’r weithdrefn:
Mae gwybodaeth am weithdrefnau cenedlaethol ar gael yn: (URL)
http://www.legislation.gov.uk/uksi/2015/102/pdfs/uksi_20150102_en.pdf
IV.1.11) Prif nodweddion y weithdrefn ddyfarnu:
The basic principles of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with the Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No. 102) (for health, social, education, and certain other service contracts).
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
04/03/2019
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
On viewing the tender documents for the first time, we advise you to check the clarifications section to ensure you have not missed any additional information that may have been issued prior to your expression of interest in this tender. It is also advisable to continue to check the clarifications section throughout the tender process.
The Contracting Authority will only accept documents for tenders or quotations placed on the e-Tendering portal to be received electronically unless explicitly stated otherwise in the bidder’s instructions.
Tenders submitted via the e-Tendering portal must be received in full prior to the closing time for receipt of tenders. Bidders are advised that uploading of large electronic files may take some time and as such bidders must allow sufficient time to fully transmit all files prior to the closing time for receipt of tenders.
The server clock displayed within the e-Tendering system shall govern the time for close of tender returns.
Tender documentation will be available via PROACTIS from 12:00 noon on 1.2.2019 with a tender return time and date of 12:00 noon on 4.3.2019.
(MT Ref:214574)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
North of England Commissioning Support Unit
Teesdale House, Thornaby
Stockton-on-Tees
TS17 6BL
UK
Ffôn: +44 1642745000
Cyfeiriad(au) rhyngrwyd
URL: http://www.necsu.nhs.uk
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
Royal Courts of Justice
The High Courts of Justice
London
WC242LL
UK
Cyfeiriad(au) rhyngrwyd
URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.5) Dyddiad anfon yr hysbysiad hwn
29/01/2019