이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[영국] Research Framework
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2018.01.08
원본


공고명: Research Framework

게시일: 2017/12/17

마감일: 2020/12/01

수행지역: 영국

카테고리: 31 - 제조부품


공고내용


Contract notice Directive 2014/24/EU - Public Sector Directive Section I: Contracting authority I.1) Name and addresses
NHS Greater Glasgow and Clyde Procurement Department, Glasgow Royal Infirmary, 84 Castle Street Glasgow G4 0SF UK Contact person: Kelly Rodgers Telephone: +44 1412111232 E-mail: kelly.rodgers@ggc.scot.nhs.uk NUTS: UKM82 Internet address(es) Main address: http://www.nhsggc.org.uk/ Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
I.2) Joint procurement The contract is awarded by a central purchasing body I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge at: www.publictendersscotland.publiccontractsscotland.gov.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: www.publictendersscotland.publiccontractsscotland.gov.uk I.4) Type of the contracting authority Body governed by public law I.5) Main activity Health Section II: Object II.1) Scope of the procurement
II.1.1) Title Research Framework Reference number: GGC0511 II.1.2) Main CPV code 73110000  II.1.3) Type of contract Services II.1.4) Short description NHSGGC are commissioning adult health and wellbeing surveys and a range of schools surveys in Glasgow City and Renfrewshire. II.1.5) Estimated total value Value excluding VAT: 520 000.00 GBP II.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title THE PROVISION OF FIELDWORK FOR POPULATION HEALTH SURVEYS II.2.2) Additional CPV code(s) 73000000 II.2.3) Place of performance NUTS code: UKM82 II.2.4) Description of the procurement THE PROVISION OF FIELDWORK FOR POPULATION HEALTH SURVEYS Adult Health & Wellbeing Survey In 1999 NHSGGC carried out its first adult health and wellbeing survey. Since then the survey has been repeated every three years. Schools Health and Wellbeing Survey Since 2006/7 NHSGGC, in partnership with Local Authority education departments have carried out a number of secondary school health and wellbeing surveys. Surveys have been carried out in the following local authority areas: - Glasgow City 2006/7, 2010 and 2014/15 - East Dunbartonshire 2014/15 - Renfrewshire 2008 and 2013 - Inverclyde 2013 II.2.5) Award criteria Criteria below: Quality criterion: Technical / Weighting: 30 Price / Weighting:  70 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: Yes Description of renewals: Option to extend for 2 x 12 month periods II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 2
II.2.1) Title THE PROVISION OF DATA RECODING, ANALYSIS AND REPORTING II.2.2) Additional CPV code(s) 73000000 II.2.3) Place of performance NUTS code: UKM82 II.2.4) Description of the procurement THE PROVISION OF DATA RECODING, ANALYSIS AND REPORTING. NHSGGC are commissioning adult health and wellbeing surveys and a range of schools surveys in Glasgow City and Renfrewshire. Adult Health & Wellbeing Survey In 1999 NHSGGC carried out its first adult health and wellbeing survey. Since then the survey has been repeated every three years. Schools Health and Wellbeing Survey Since 2006/7 NHSGGC, in partnership with Local Authority education departments have carried out a number of secondary school health and wellbeing surveys. Surveys have been carried out in the following local authority areas: - Glasgow City 2006/7, 2010 and 2014/15 - East Dunbartonshire 2014/15 - Renfrewshire 2008 and 2013 - Inverclyde 2013 II.2.5) Award criteria Criteria below: Quality criterion: Technical / Weighting: 30 Price / Weighting:  70 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: Yes Description of renewals: Option to extend for 2 x 12 month periods II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No
Section III: Legal, economic, financial and technical information III.1) Conditions for participation
III.1.2) Economic and financial standing List and brief description of selection criteria: List and brief description of selection criteria: With reference to ESPD question 4B.6 ??? NHS GG&C will use its financial evaluation matrix to assess the financial stability of tenderers. Tenderers should complete the evaluation matrix spread sheet included in the tender documents and confirm they meet the minimum requirement score. Tenderers with a Score of 50 and above will be deemed to have evidenced satisfactory financial stability. Any candidates who score under 50% in either the Financial Status section OR the technical section will be deemed not to meet the organisations requirements and will not be taken forward. Tenderers should be able to provide financial accounts when requested by NHSGG&C. In the event that a firm does not meet the financial criteria for consideration, but has a parent company that does, the tenderer may still be eligible for consideration where their tender submission is supported by a Parent Company Guarantee. Minimum level(s) of standards required: With reference to ESPD question 4B.5 it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer???s (Compulsory) Liability Insurance = GBP5m Public Liability Insurance = GBP10m III.1.3) Technical and professional ability List and brief description of selection criteria: With reference to ESPD question 4C.1.2; Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the site notice. This question will be scored on a pass/fail basis. Examples must be from within the last 3 years. You should use the template attached on PCST to provide up to 2 examples that demonstrates experience that is relevant to this procurement exercise. Your examples should be from within the last 3 years for goods and services contracts. If you cannot provide any examples you should explain why at the bottom of this template. Your completed response should be no more than 2 pages of A4. You MUST upload the completed document next to the question 4C.1.2. DO NOT UPLOAD THIS DOCUMENT INTO THE ???GENERAL ATTACHMENTS??? AREA. With reference to ESPD question 4C.8.1; Bidders will be required to confirm their average annual manpower or the last three years. With reference to ESPD question 4C.8.2; Bidders will be required to confirm their and the number of managerial staff for the last three years. With reference to ESPD question 4C.10; Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. The purpose of this questionnaire is to allow us to identify a number of suitably qualified and experienced candidates. Questionnaires will be scored based on the criteria in ESPD Parts 4C, please ensure this is completed in full.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession III.2.3) Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure IV.1) Description
IV.1.1) Type of procedure Open procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement with several operators. Envisaged maximum number of participants to the framework agreement: 7 Justification for any framework agreement duration exceeding 4 years: N/A IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate Date: 12/01/2018 Local time: 13:00 IV.2.4) Languages in which tenders or requests to participate may be submitted EN IV.2.7) Conditions for opening of tenders Date: 12/01/2018 Local time: 13:30
Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: No VI.3) Additional information The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_8929. For more information see: http://www.publiccontractsscotland.gov.uk The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8929. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:520517) VI.4) Procedures for review
VI.4.1) Review body
NHS Greater Glasgow and Clyde Procurement Department, Glasgow Royal Infirmary, 84 Castle Street Glasgow G4 0SF UK


원본 URL: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304329