By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Absence Management Software Solution.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Doncaster and Bassetlaw NHS Hospitals
Armthorpe Road
For the attention of: Mr Richard Somerset
DN2 5LT Doncaster
UNITED KINGDOM
Telephone: +44 1302642379
E-mail:

Internet address(es):

General address of the contracting authority: http://www.dbh.nhs.uk/

Further information can be obtained from: Doncaster and Bassetlaw NHS Hospitals
Armthorpe Road
For the attention of: Mr Richard Somerset
DN2 5LT Doncaster
UNITED KINGDOM
Telephone: +44 1302642379
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Doncaster and Bassetlaw NHS Hospitals
Armthorpe Road
For the attention of: Mr Richard Somerset
DN2 5LT Doncaster
UNITED KINGDOM
Telephone: +44 1302642379
E-mail:

Tenders or requests to participate must be sent to: Doncaster and Bassetlaw NHS Hospitals
Armthorpe Road
For the attention of: Mr Richard Somerset
DN2 5LT Doncaster
UNITED KINGDOM
Telephone: +44 1302642379
E-mail:

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

Barnsley Hospital NHS FT
Gawber Road
S75 2EP Barnsley
UNITED KINGDOM

Chesterfield Royal Hospital NHS FT
Chesterfield Road
S44 5BL Chesterfield
UNITED KINGDOM

Mid Yorkshire Hospital NHS FT
Aberford Road
WF1 4DG Wakefield
UNITED KINGDOM

Sheffield Children's Hospital NHS FT
Western Bank
S10 2TH Sheffield
UNITED KINGDOM

Sheffield Teaching Hospital NHS FT
Glossop Road
S10 2JF Sheffield
UNITED KINGDOM

Rotherham NHS FT
Moorgate Road
S60 2UD Rotherham
UNITED KINGDOM

North Middlesex University Hsopitals NHS Trust
Wilbury Way
N18 1BX London
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Absence Management Software Solution.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services

NUTS code UK

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 contract or purchase(s)
This Procurement is being delivered on behalf of seven NHS Acute Trusts employing around 41 000 staff. Most Trusts are partners in the Working Together Programme, as NHS Vanguard for New Models of Care.
The requirement is for an absence management software solution which enables centralised notification of unplanned absence and effective management through to the end of the absence episode.
The procurement calls for tiered pricing based on volume up to the stated total headcount. The procurement will inform a final business by March 2016 at which point each Trust will confirm commitment to proceed to contract signature.
II.1.6)Common procurement vocabulary (CPV)

48000000, 48900000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
See ITT Documents.
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
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See Invitation to Tender Document.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See Invitation to Tender Document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See Invitation to Tender Document.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: See Invitation to Tender Document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See Invitation to Tender Document.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See Invitation to Tender Document.
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 28.1.2016 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
29.1.2016 - 17:00
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
English.
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: yes
Estimated timing for further notices to be published: 48 months.
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
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
18.12.2015