Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

UCLH-1257 Strategic Technology Partner.

  • First published: 07 April 2016
  • Last modified: 07 April 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
University College London
Authority ID:
AA20003
Publication date:
07 April 2016
Deadline date:
09 May 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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.

Full notice text

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
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
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 authority

UCLH-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 contract

7

II.1.2)

Main site or location of works, place of delivery or performance



UKI1

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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
80533000
32420000
72262000
72221000
72267000
48180000
32424000
72150000
32412000
79411100
79418000
73210000
72227000
64200000
73220000
72224000
92220000
50312000
48510000
72246000
32430000
72100000
72261000
72263000
72228000
79419000
48920000
48000000
71316000
72600000
48822000
72212517
32250000
50300000
48517000
72110000
48931000
72266000
48217000
48900000
32500000
32400000
72512000
50334100
79121100
72511000
72212931

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

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 scope

We 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 renewals

2

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

12

II.3)

Duration of the contract or limit for completion

144

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

Unchecked box
Unchecked box

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


Unchecked box Unchecked box
Unchecked box Unchecked box
Unchecked box Checked box

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 participate

310

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

Checked box

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

Unchecked box
Unchecked box


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

Checked box    

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

Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
79411100 Business development consultancy services General management consultancy services
48510000 Communication software package Communication and multimedia software package
32412000 Communications network Local area network
72150000 Computer audit consultancy and hardware consultancy services Hardware consultancy services
48822000 Computer servers Servers
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
80533000 Computer-user familiarisation and training services Vocational training services
73220000 Development consultancy services Research and development consultancy services
72512000 Document management services Computer-related management services
79419000 Evaluation consultancy services Business and management consultancy services
72100000 Hardware consultancy services IT services: consulting, software development, Internet and support
72228000 Hardware integration consultancy services Systems and technical consultancy services
72110000 Hardware selection consultancy services Hardware consultancy services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72212517 IT software development services Programming services of application software
48517000 IT software package Communication software package
50312000 Maintenance and repair of computer equipment Maintenance and repair of office machinery
48180000 Medical software package Industry specific software package
48900000 Miscellaneous software package and computer systems Software package and information systems
32250000 Mobile telephones Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
32420000 Network equipment Networks
32424000 Network infrastructure Network equipment
72511000 Network management software services Computer-related management services
32400000 Networks Radio, television, communication, telecommunication and related equipment
48920000 Office automation software package Miscellaneous software package and computer systems
79418000 Procurement consultancy services Business and management consultancy services
72224000 Project management consultancy services Systems and technical consultancy services
50334100 Repair and maintenance services of line telephony equipment Repair and maintenance services of line telephony and line telegraphy equipment
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
73210000 Research consultancy services Research and development consultancy services
72266000 Software consultancy services Software-related services
79121100 Software copyright consultancy services Copyright consultancy services
72262000 Software development services Software-related services
72263000 Software implementation services Software-related services
72227000 Software integration consultancy services Systems and technical consultancy services
72267000 Software maintenance and repair services Software-related services
48000000 Software package and information systems Computer and Related Services
72261000 Software support services Software-related services
72246000 Systems consultancy services Systems analysis and programming services
71316000 Telecommunication consultancy services Consultative engineering and construction services
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
64200000 Telecommunications services Postal and telecommunications services
92220000 Television services Radio and television services
72212931 Training software development services Programming services of application software
48931000 Training software package Training and entertainment software package
48217000 Transaction-processing software package Networking software package
32430000 Wide area network Networks

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
denise.phelan@uclh.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.