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

Friends and Family Test.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Chelsea and Westminster Hospital NHS Foundation Trust
Fulham Road
Contact point(s): Procurement, [email protected]
SW10 9NH London
United Kingdom
Telephone: +44 2033158000
E-mail:

Internet address(es):

General address of the contracting authority: www.chelwest.nhs.uk

Address of the buyer profile: www.chelwest.nhs.uk

Electronic access to information: www.lppsourcing.org/procontract/lpp/portal.nsf

Electronic submission of tenders and requests to participate: www.lppsourcing.org/procontract/lpp/portal.nsf

Further information can be obtained from: Chelsea and Westminster Hospital NHS Foundation Trust
Fulham Road
Contact point(s): [email protected]
For the attention of: Procurement
SW10 9NH London
United Kingdom
Telephone: +44 2033158000
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Chelsea and Westminster Hospital NHS Foundation Trust
Fulham Road
Contact point(s): [email protected]
For the attention of: Procurement
SW10 9NH London
United Kingdom
Telephone: +44 2033158000
E-mail:

Tenders or requests to participate must be sent to: Chelsea and Westminster Hospital NHS Foundation Trust
Fulham Road
Contact point(s): [email protected]
For the attention of: Procurement
SW10 9NH London
United Kingdom
Telephone: +44 2033158000
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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Friends and Family Test.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services

NUTS code UKI

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Friends and Family Test.
II.1.6)Common procurement vocabulary (CPV)

79311000, 79342311

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
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:
CONTRACT-A9VC-SPFCTZ.
Chelsea and Westminster Hospital (which includes the Chelsea and West Middlesex Hospital sites) is looking to appoint a suitably qualified and experienced provider to supply the latest technology and support systems to host the national NHS Friends and Family Test (including Staff FFT).
The methods of data collection should include as a minimum text messaging, IVM, online, agent calls and paper surveys.
In addition Trusts require providers to have the ability and resource to analysis and accurately submit data that is fit for Unify.
Providers must provide tools to support staff engagement - for example, a dashboard, accurate reporting ability and thematic analysis.
Specialist support regarding patient experience including training for the qualitative tools and staff engagement events.
Estimated value excluding VAT:
Range: between 100 000 and 200 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (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:
N/A.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
N/A.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/A.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As supplied within the Tender Specification NHS Standard Terms and Conditions for the supply of services or goods - Contract Version Bidders are requested to register on the LPP Procurement Portal and access the information via Ref No A9VC-SPFCTZ.
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: As detailed within the PQQ Bidders are requested to register on the LPP Procurement Portal and access the information via Ref No A9VC-SPFCTZ: www.lppsourcing.org/procontract/lpp/portal.nsf

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: As detailed within the PQQ Bidders are requested to register on the LPP Procurement Portal and access the information via Ref No A9VC-SPFCTZ: www.lppsourcing.org/procontract/lpp/portal.nsf

Minimum level(s) of standards possibly required: As detailed within the PQQ Bidders are requested to register on the LPP Procurement Portal and access the information via Ref No A9VC-SPFCTZ: www.lppsourcing.org/procontract/lpp/portal.nsf

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed within the PQQ.
Minimum level(s) of standards possibly required:

As detailed within the PQQ Bidders are requested to register on the LPP Procurement Portal and access the information via Ref No A9VC-SPFCTZ: www.lppsourcing.org/procontract/lpp/portal.nsf

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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 1
Objective criteria for choosing the limited number of candidates: The trust will evaluate all bidders submissions, the top 6 scoring suppliers based upon the evaluation and scoring criteria as defined within the published PQQ documentation and more specifically in relation to the Technical Ability and Financial D & B sections of the PQQ these top 6 bidders will then be invited through to the ITT section of the Tender.
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:
CONTRACT-A9VC-SPFCTZ
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: 22.7.2016 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
22.7.2016 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
8.8.2016
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 8.9.2016 - 12:00
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
Applicable Contract Form NHS Terms and Conditions for the Provision of Services (Contract Version) Procedure for Appeal: The Contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision is communicated to bidders. This period allows the unsuccessful bidders to consider the decision and highlight any errors in the award process. The award decision notice will specify the criteria for the award of the contract, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender and the relative scores of the unsuccessful bidder. It will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015, set out the time frame within which aggrieved parties that have been harmed or are at risk of a breach of the rules may take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days from the date when the economic operator in question first knew or ought to have known that grounds for the bringing of proceedings have arisen. The Court may extend the 30 day period in a particular case if it is considered that there is good reason for so doing, up to a period of 3 months from the actual or deemed date of knowledge of the economic operator. The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court may make a declaration of ineffectiveness or may order that the contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending on the circumstances) or otherwise 6 months. Any such action must be brought promptly and the intention to take action brought to the attention of the contracting authority to enable suspension of award proceedings.
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:
20.6.2016

Other interesting websites