Tender

Notes It services

  • Great Ormond Street Hospital for Children NHS Foundation Trust

F02: Contract notice

Notice identifier: 2022/S 000-005961

Procurement identifier (OCID): ocds-h6vhtk-005db4-integration

Published 15 June 2022, 2:36pm



Section one: Contracting authority

one.1) Name and addresses

Great Ormond Street Hospital for Children NHS Foundation Trust

Great Ormond Street Hospital, Great Ormond Street

London

WC1N 3JH

Email

info@gosh.nhs.uk

Telephone

+44 2074059200

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.gosh.nhs.uk

Buyer's address

https://www.gosh.nhs.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://suppliers.multiquote.com

Additional information can be obtained from another address:

Great Ormond Street Hospital for Children NHS Foundation Trust

Great Ormond Street Hospital, Great Ormond Street

London

WC1N 3JH

Email

info@gosh.nhs.uk

Telephone

+44 2074059200

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.gosh.nhs.uk

Buyer's address

https://www.gosh.nhs.uk

Tenders or requests to participate must be submitted electronically via

https://suppliers.multiquote.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Notes It services

Reference number

CA8434 - abscd

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

Notes

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West
  • UKI - London
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East
  • UKI31 - Camden and City of London
  • UKI6 - Outer London – South
Main site or place of performance

London

two.2.4) Description of the procurement

Notes Notes

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

16 July 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court

123 Court st

Liverpool

L18 1EP

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Email

joebloggs@highcourt.com

Telephone

+44 20794760000

Fax

+44 20794760000

Country

United Kingdom

Internet address

www.highcourt.com

six.4.4) Service from which information about the review procedure may be obtained

High Court

123 Court st

Liverpool

L18 1EP

Country

United Kingdom