CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
University College London Hospitals NHS Foundation Trust |
4th Floor, Maple House, 149 Tottenham Court Road |
London |
W1T 7NF |
UK |
UCLH Corporate Procurement
Denise Phelan |
+44 2034478228 |
denise.phelan@uclh.nhs.uk |
|
http://www.uclh.nhs.uk
http://www.uclh.nhs.uk
http://suppliers.multiquote.com/Page/Login.aspx
http://suppliers.multiquote.com/Page/Login.aspx
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
Yes Please VI.3) Additional Information
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityUCLH-1257 Strategic Technology Partner. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract7 |
II.1.2)
|
Main site or location of works, place of delivery or performance
UKI1 |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
UCLH are seeking a Strategic Technology Partner (STP) that can work with the Trust to enhance its unified ICT Service model so that it fully supports the Trust's business objectives and vision for ICT, which is to ‘Create a digitally enabled organisation that provides staff and patients with access to the right systems, at the right place, at the right time to enable the delivery of efficient and effective patient cares’. The critical outcomes of the selection of an STP are to:
— Establish Digital Services as an ‘Intelligent Customer’ in how it can better source and manage commercial ICT services;
— Attain innovative technologies in support of the Trust's Strategic objectives and Transformation agenda;
— Step change the quality of service provision to users of ICT;
— Deliver ‘value for money’ services i.e. delivering savings while maintaining and improving services;
— Deliver tangible benefits to the organisation.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
72000000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeWe expect any contract awarded as a result of this procurement to run for up to 10 years (120 months) with 2 possible 12 month extensions. |
|
150 000 000400 000 000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals2 |
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts12 |
II.3)
|
Duration of the contract or limit for completion144 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
See Pre-Qualification Questionnaire.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
See Pre-Qualification Questionnaire.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
Consortium bids are accepted but the authority may require the consortium to nominate a prime contractor and provide an appropriate form of company guarantee. For further details see the Pre-Qualification Questionnaire.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
See Pre-Qualification Questionnaire.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
See Pre-Qualification Questionnaire.
|
III.2.2)
|
Economic and financial capacity
See Pre-Qualification Questionnaire.
See Pre-Qualification Questionnaire.
|
III.2.3)
|
Technical capacity
See Pre-Qualification Questionnaire.
See Pre-Qualification Questionnaire.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? No |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate310 |
|
Objective criteria for choosing the limited number of candidates
UCLH intend to restrict the maximum number of bidders due to the resource required by a Competitive Dialogue procedure and the time-scales in which the Trust wishes to reach a preferred bidder.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
CA3391
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 09-05-2016
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
All PQQ documents can be accessed by registering with and logging into Multi-quote: https://suppliers.multiquote.com/Page/Login.aspx and quoting the Contract Reference CA3391. All clarification questions in relation to this Contract Notice and PQQ documents should be submitted to the Trust via the Multi-quote system.
The overall functional scope of the services of the Digital Services future landscape to be managed by a Strategic Technology Partner includes:
1. Strategic engagement,
2. Transformation services,
3. Foundation services,
4. IS and IT service development.
The intent of this procurement is to select a single provider for the entire scope of services under a Managed Service Agreement. The use of sub contractors is permitted but a prime contractor must be nominated.
Transformation Services include:
— Application and technical architecture;
— Data management;
— Information governance services;
— Procurement and contract management;
— Programme and project management including PMO services;
— IS and IT services verification and validation including ensuring adherence to National and Local standards for clinical safely and patient care;
— System integrator services.
Foundation Services include:
— Application support and maintenance;
— Data centre and communication rooms;
— End user technology;
— Information security;
— Networks;
— Service desk;
— Service integration and management;
— Training.
All of the above services are potentially in scope for the strategic technology partner, but the precise scope of services to be awarded to the successful bidder will be determined during the dialogue and prior to contract signature.
UCLH reserves the right not to contract for some or all of the services within the scope of this contract notice. UCLH reserves the right to phase the contracting for and/or implementation of the various services within this contract notice. In addition UCLH reserves the right to exit at any time (subject to contract provisions) from various services contracted for as a result of this procurement.
UCLH wishes to ensure that the principles of open book accounting, transparency, benchmarking and auditability are included within any contract resulting from this procurement.
UCLH reserves the right to procure services on behalf of any NHS body within the North Central London digital footprint under any contract resulting from this procurement, at any point in the future. Please see https://www.england.nhs.uk/digitaltechnology/info-revolution/digital-roadmaps/footprints/london/#north for more information. It is not anticipated that these NHS Trusts will be a beneficiary of any services provided from contract award and their specific requirements have not been included within this procurement.
The estimated value range provided in II.2.1) is based on the price of the anticipated services in scope, over 12 years plus the price of the anticipated services that could be delivered via Transformation services over the life of the contract plus the price of the anticipated services that could be delivered to other NHS bodies within the North Central London digital footprint, if so required.
With regard to IV.1.2) the trust currently intends to take at least 5 and no more than 10 bidders through from PQQ to participate in an Invitation to Submit Outline Solution (ISOS) stage, before then down selecting those bidders to proceed to Dialogue. The actual number of bidders taken through from PQQ to ISOS will depend on how close the scores are following evaluation.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
UCLH Corporate Procurement (FAO: Denise Phelan) |
4th Floor, Maple House, 149 Tottenham Court Road |
London |
W1T 7NF |
UK |
denise.phelan@uclh.nhs.uk |
|
|
|
|
VI.5)
|
Dispatch date of this Notice 04-04-2016 |