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

Provision of Funeral Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Northampton General Hospital NHS Trust
Purchasing and Supply, Cliftonville
For the attention of: Daryl Read
NN1 5BD Northampton
UNITED KINGDOM
Telephone: +44 1604523922
E-mail:
Fax: +44 1604545717

Internet address(es):

General address of the contracting authority: www.supplying2nhs.com

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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of Funeral Services.
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
Main site or location of works, place of delivery or of performance: Northampton General Hospital and its outlining services within the Northamptonshire area.

NUTS code UKF

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

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 150 000 and 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Contract duration shall be for a total of three (3) years from the commencement of the Contract, with the option to extend the contract for up to a further twelve (12) months.
The contract is expected to commence on 1.7.2014.
The Contractor will perform the Contract generally in accordance with the ‘Code of Practice’ of ‘The National Association of Funeral Directors’ (NAFD).
The Contractor will be required to carry out basic cremations and burials as instructed by the Trust. Funerals will be conducted in a professional manner, with punctuality, decency, decorum and respect whether or not mourners are in attendance. All the arrangements for the funeral will be made in accordance with the requirements of the Trust.
Funeral Directors should have available price lists and shall provide the Trust with full and detailed information about their service. Whether it's provided at the time of the enquiry or as part of the tender process, the funeral director will be expected to provide detail to the Trust on the type of funerals available, their costs and relate these to the wishes and requirements of the Trust, who may in certain circumstances be acting in consideration of the deceased next-of-kin or relatives.
II.1.6)Common procurement vocabulary (CPV)

98370000, 98371100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This 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:
Historical data would estimate contract value to be in the region of 150 000 GBP - 200 000 GBP exc VAT over a 4-year period (between 2010 and 2014). However there can be no guarantee that this level of expenditure will be maintained throughout the life of the contract.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per terms and conditions of contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
Bidders must clearly demonstrate previous company experience using examples with dates, to demonstrate a previous track record of successfully delivering a similar size and scale of service to that specified to either the public or private sector.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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: 5

Objective criteria for choosing the limited number of candidates: Objective criteria for choosing the limited number of candidates: Weighted selection criteria set out in Pre-Qualification Questionnaire which will be published on www.supply2nhs.com following the expressions of interest stage.

We will be looking to shortlist to a maximum of 3 bidders to take through to the Invitation to Tender stage.
This contract is suitable for local SME's but not suitable for voluntary, community and social enterprise organisations.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
DNWC-9FJBMG
IV.3.2)Previous publication(s) concerning the same contract
no
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
21.2.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
20.1.2014
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

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Contract award to run for an initial term of 36 months as per II.2.3) above in accordance with the terms of the contract.

A Memorandum of Information will be issued after the expression of interest closes, you will need to visit www.supplying2nhs.com and register as a supplier to express an interest. If you have any problems, please contact Daryl Read on +44 1604523922 or .

All of the information and/or documents for this opportunity will be available at www.supplying2nhs.com once the EOI closes.

You must register on this site to respond - if you are already registered, you will not need to register again,simply use your existing user name and password.
Once logged in you will need to search for opportunities under Northampton General - the contract reference for this opportunity is DNWC-9FJBMG. Please ensure you following any instruction provided to you here.
It is hoped that the Pre-Qualification Questionnaire will be available for download w/c 24.2.2014. If this is the case, the deadline for submitting your PQQ response will be approx 3 weeks later. Please ensure you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if youhaveasked to upload documents.

If you are experiencing technical difficulties, please contact .

The Trust shall not be required to accept any offer and may cancel the tender process at any time,toevaluatesuitability, interested providers, when responding to this notice are requested to provideinformationwhichdemonstrates their ability to comply with the award criteria. Failure to do so may result inrequestsbeingrejected. This may require interested providers to supply further information by way of writtensubmission, presentation, reference visits/inquiries and/or attend interview(s), the Trust reserves the righttodisqualify anyinterested provider who provides information which is untrue or incorrect, or who does notsupplyinformationwhen requested, interested bidders shall bear their own costs in taking part in this tender,andthe Trust shallhave no liability to any interested bidder for such costs (including wasted bid costs, shouldtheprocess bealtered, rewound or terminated), that all requests to participate / expressions of interest, andanysubsequenttender submissions, are to besubmitted in English and in accordance with the instructionsforsubmission underthe MOI, PQQ and/or ITPD (as may be the case).
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:
20.1.2014