Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership
4th Floor, Companies House, Crown Way
Cardiff
CF14 3UB
UK
Telephone: +44 29203840
E-mail: darren.holloway@wales.nhs.uk
NUTS: UKL
Internet address(es)
Main address: http://www.procurement.wales.nhs.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/nhs/index.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/nhs/index.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Managed Services Contract for Finance and Procurement (FMS) Enterprise Systems
Reference number: AW4912
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
Velindre NHS Trust acting on behalf of NHS Health Boards and Trusts (including hosted organisations) in Wales listed in section 2.1 of this notice are re-tendering an established all Wales contract for the provision of a Managed Service for Oracle eBusiness Suite (Finance, Procurement and Warehouse Management modules), QlikView BI reporting and V1 products (faxing, output documents and scanning). The solutions are hosted by NHS Wales with the Managed Service provider undertaking remote monitoring and support. NHS Wales have implemented a Common Operating Model ensuring standardisation of interfaces and system settings across the product suite. The contract
is awarded for an initial term of 7 years with options to extend for up to an additional 3 years (7+1+1+1). This service will also require the provision of new or updated server hardware at agreed intervals as defined in the contract. This contract could be varied during its term to increase usage for other Public Sector bodies.
II.1.5) Estimated total value
Value excluding VAT:
6 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Organisations and establishments within NHS Wales
II.2.4) Description of the procurement
Managed Services Contract for Finance and Procurement (FMS) Enterprise Systems
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: Yes
Description of renewals:
The proposed contract will, subject to earlier termination, have an initial duration of seven (7) years with the option to extend (at the Trust’s sole discretion) for up to an additional three (3) years either on a (1yr+1yr+1yr) basis or at the Trust’s discretion.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
All award criteria are stated only in the procurement documents.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
This Contract will be awarded on 1st November 2017 with a transition phase to include a hardware refresh which must be completed to allow the new managed service contract to commence on 1st April 2018.
For avoidance of doubt, the contract term will be from the 1st April 2018.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2016/S 189-338313
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/04/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
15/05/2017
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
The Contract is to be let for 7 years with an option to extend up to a further 3 years.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Participating organisations include:
Abertawe Bro Morgannwg University Health Board
Aneurin Bevan University Health Board
Betsi Cadwaladr University Health Board
Cwm Taf University Health Board
(includes hosted organisations, for instance Welsh Health Specialised Services Committee (WHSSC))
Cardiff and Vale University Health Board
Hywel Dda University Health Board
Powys Teaching Health Board
Public Health Wales NHS Trust
Velindre NHS Trust
(includes for instance: Welsh Blood Service (WBS) and hosted organisations, for instance NHS Wales Shared Services Partnership (NWSSP))
Welsh Ambulance NHS Trust
Health Education Wales
This Contract will be awarded on 1st November 2017 with a transition phase to allow for the provision installation and testing of new or updated hardware for the primary and secondary FMS Enterprise Systems. This phase must be completed to allow the new Managed Service Contract to commence on 1st April 2018.
The full service requirement is presented in a Managed Services Contract which includes supporting schedules. The Managed Services Contract includes Core Service Requirements that the Trust will be expecting the Supplier to deliver as well as Optional Services that the Trust may wish to exercise as outlined under Additional Optional Service Requirements and Future Optional Service Requirements.
This document will be available to interested bidders on the eTenderwales portal. This will provide an early opportunity for bidders to view the tender requirements to include the Terms and Conditions of contract and Service requirements to include supplementary schedules.
The Authority may arrange an event for all bidders to clarify issues raised in respect of the Model Services Contract where this is deemed necessary, based on the volume and complexity of queries being raised.
If required this event will be held on the 30th March 2017 in Cardiff, commencing 9.30am. The specific venue will be confirmed via the eTenderwales Messaging Service nearer the time.
Note that a second date of 4th April 2017 has been reserved and may be utilised depending on demand.
A Memorandum of Information (“MOI”) providing further information in connection with this procurement process will also be issued to all bidders expressing an interest in qualifying for an invitation to tender for this Contract together with the procurement documents on 3 March 2017.
The Contract value of GBP6,500,000.00 relates to the core requirements of the Contract. The value excludes licenses that will be managed by the Authority and any optional developments. The Authority reserves the right to vary the Contract and in this case Regulation 72 will apply.
The incumbent contractor has informed the Trust that TUPE (Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246)) may apply, however it is the sole responsibility of Bidders to undertake the necessary due diligence, ascertain the position and take appropriate legal advice as to the applicability (or otherwise) of TUPE.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=62869
(WA Ref:62869)
The buyer considers that this contract is suitable for consortia bidding.
VI.4) Procedures for review
VI.4.1) Review body
NHS Wales Shared Services Partnership
4th Floor, Companies House, Crown Way
Cardiff
CF14 3UB
UK
Telephone: +44 1443848585
Internet address(es)
URL: http://www.procurement.wales.nhs.uk
VI.5) Date of dispatch of this notice
03/03/2017