Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
UK
Telephone: +44 1443848585
E-mail: hywel.jones9@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://www.procurement.wales.nhs.uk
Address of the buyer profile: https://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/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
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
Project Management Office
II.1.2) Main CPV code
48331000
II.1.3) Type of contract
Services
II.1.4) Short description
The scope of the project is to provide a framework for Health Boards & Trusts to Call off a PMO Software Tool to support the management of projects & programmes across Project Management Offices within NHS Wales on a cloud based system.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48331000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The scope of the project is to provide a framework for Health Boards & Trusts to Call off a PMO Software Tool to support the management of projects & programmes across Project Management Offices within NHS Wales on a cloud based system.
The Project Management Office & associated departments require a system per organisation that will allow Local Health Boards & Trusts to provide an overview of all projects and align them to strategic objectives.
The system must provide a standardised project & programme management framework. The system must also provide the option of using a task & finish project approach.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
12 months
II.2.9) Information about the limits on the number of candidates to be invited
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
It is essential that any provider has a commercially of the shelf solution.
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
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 8
Justification for any framework agreement duration exceeding 4 years: n/a
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/11/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
27/11/2019
IV.2.7) Conditions for opening of tenders
Date:
27/11/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
NOTE:TheauthorityisusingeTenderwalestocarryoutthisprocurementprocess.Toobtainfurtherinformationrecordyourintereston Sell2Walesathttps://www.sell2wales.gov.wales
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=96706
(WA Ref:96706)
VI.4) Procedures for review
VI.4.1) Review body
NHS Wales Shared Services Partnership
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
UK
Telephone: +44 1443848585
Internet address(es)
URL: http://www.procurement.wales.nhs.uk
VI.5) Date of dispatch of this notice
25/10/2019