UK-Kingston upon Thames: tax consultancy services

Source By: http://www.theconstructionindex.co.uk

UK-Kingston upon Thames: tax consultancy services

Directive 2004/18/EC

Section I: Contracting authority

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

Contact point(s): For the attention of: Telephone: E-mail: Fax:Kingston Hospital NHS Trust Argosy House 31 – 39 Kingston HillProcurement Department Janice Gaworska KT2 7PU Kingston upon Thames UNITED KINGDOM +44 2089343709janice.gaworska@kingstonhospital.nhs.uk +44 2089343701 Internet address(es): General address of the contracting authority:www.kingstonhospital.nhs.uk Address of the buyer profile:www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0787 Further information can be obtained from: The above mentioned contact point(s)Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s) Tenders or requests to participate must be sent to: The above mentioned contact point(s)

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:

VAT Advisor and support service.

II.1.2) Type of contract and location of works, place of delivery or of performance

Services Service category No 27: Other services Main site or location of works, place of delivery or of performance: Kingston Hospital NHS Trust, Kingston-upon-Thames, Surrey. NUTS code UK UNITED KINGDOM

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)

The Trust is seeking to appoint professional VAT advisors to provide the Trust with a full VAT advisor and support service.

II.1.6) Common procurement vocabulary (CPV)

79221000 Tax consultancy services

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:

The Trust is seeking to appoint professional VAT advisors to provide the Trust with a full VAT advisor and support service. As an aspirant Foundation Trust the appointed advisors must also be able to advise the Trust on VAT issues and opportunities arising as a result of a change of status to Foundation Trust, as well as providing relevant training to staff.

II.2.2) Information about options

Options: yes Description of these options: This contract will be let for 3 years with the option to extend by mutual agreement for up to 60 months, subject to 12 monthly review.

II.2.3) Information about renewals

II.3) Duration of the contract or time limit for completion

Duration in months: 36 (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:

Parent company or other guarantees may be required in certain circumstances. See the invitation to tender for further details.

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Joint and several liability.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: yes Description of particular conditions: 1. Information and formalities necessary for evaluating if requirements are met: i. has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA; ii. has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; iii. has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of financial interests of the European Communities; iv. has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/208/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering. Any supplier may be disqualified who does not respond to the following in the requisite manner. To collect general PQQ supplier information and for expressions of interest in this procurement Kingston utilises the NHS supplier information database (Sid4Health) to manage and assess general pre-qualification information in the form of a profile. Candidates are requested to provide their profile to Sid4Health as follows: i. Candidates must go to web page www.sid4health.nhs.uk . If not already registered on Sid4Health, select Register Organisation on the left of the page and the select Organisation Type – supplier. Key in details as shown to search for your D-U-N-S(R) number. If you are not on their database click on the link at the bottom of the page to obtain a number from D&B); ii. Candidates must have Dun & Bradstreet (D&B) D-U-N-S(R) number to enable registration on Sid4Health. This normally is provided within 48 hours but may take up to 5 days*, so please ensure this step is completed as soon as possible. The D-U-N-S(R) Number is the standard supplier coding for the NHS and must be obtained for use in all trading with the NHS. Check to see if your company has a D-U-N-S(R) number on the Sid4Health registration page. *The D-U-N-S(R) number turnaround time quoted is for United Kingdom subjects. Non United Kingdom subjects (businesses registered outside the United Kingdom), should use www.dnb.com and choose the country in which the business is registered from the selection at the top of the home page and then search for a DUNS request form. If unable to find a DUNS request form please contact the local customer services team. Turnaround times will vary from country to country; iii. Once registration has been processed by the Sid4Health administrator, access the Profile Management area and create and validate and publish your Sid4Health company profile (candidates must publish at least 1 validated profile to make their profile available for buyers to view generally – see the Help page on Sid4Health within Profile Management for more details; iv. Candidates should ensure all the mandatory fields of the Sid4Health profile are completed. Failure to comply with the completion of all mandatory fields could result in elimination from the procurement process at this PQQ stage. D&B data will be supplied automatically by D&B; v. Once a candidate has ensured that all the required fields are completed for this PQQ and the profile has been validated. They must add the profile to the Request to Participate lists ID RAX 243 and name VAT advisor and support service in order to express an interest in this procurement. Select “View all request to participate lists” on the left menu and search/select from this list. Select the Join button to the right of the list and then select the validated profile to allocate to this procurement (you may have more than one validated profile as you may have different information held against your profile for different procurements); vi. Where access to Sid4health is unavailable, please contact the Sid4Health helpdesk at: help@sid4health.nhs.uk ; vii. The buyer will be issuing supplementary PQQs to further support the applications. Failure to complete either the Sid4Health profile or the PQQ comprehensively may lead to exclusion from the tender process.

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: Please ensure this section is completed on Sid4Health as requested.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: Please ensure this section is completed on Sid4Health as requested.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements are met: Please ensure this section is completed on Sid4Health as requested.

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

Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

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 minimum number 5

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:

KHT/Z/5.12.jg

IV.3.2) Previous publication(s) concerning the same contract

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

20.1.2012 – 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

31.1.2012

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 tenders

Section VI: Complementary information

VI.1) Information about recurrence

VI.2) Information about European Union funds

VI.3) Additional information

(MT Ref:84993). The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

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:

14.12.2011

Comments are closed.

Sites