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

TRS0370 Provision of a Local Portfolio Management System.

  • First published: 14 January 2015
  • Last modified: 14 January 2015

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:
The Royal Surrey County Hospital NHS Foundation Trust
Authority ID:
AA21924
Publication date:
14 January 2015
Deadline date:
02 March 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

LPMS.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Royal Surrey County Hospital NHS Foundation Trust

Royal Surrey County Hospital

Guildford

GU2 7XX

UK

Woodage Richard

+44 1483464164

richard.woodage@nhs.net

+44 1483453584

http://www.royalsurrey.nhs.uk/



https://commercialsolutions.bravosolution.co.uk

https://commercialsolutions.bravosolution.co.uk
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

Ashford and St Peter's Hospitals NHS Foundation Trust

Brighton and Sussex University Hospitals NHS Trust

Dartford and Gravesham NHS Trust

East Kent Hospitals University NHS Foundation Trust

East Sussex Healthcare NHS Trust

Frimley Health NHS Foundation Trust

Kent and Medway NHS and Social Care Partnership Trust

Kent Community Health NHS Trust

Maidstone and Tunbridge Wells NHS Trust

Medway NHS Foundation Trust

Queen Victoria Hospital NHS Foundation Trust

South East Coast Ambulance Service NHS Foundation Trust

Surrey and Borders Partnership NHS Foundation Trust

Surrey and Sussex Healthcare NHS Trust

Sussex Community NHS Trust

Sussex Partnership NHS Foundation Trust

Western Sussex Hospitals NHS Foundation Trust

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

TRS0370 Provision of a Local Portfolio Management System.

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



UKJ23

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)

LPMS.

II.1.6)

Common Procurement Vocabulary (CPV)

48000000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The National Institute for Health Research Clinical Research Network is the clinical research delivery arm of the NHS in England, tasked with supporting the rapid set-up and effective conduct of studies so that researchers can gather the robust evidence needed to improve treatments for NHS patients. The NIHR Clinical Research Network is led by a national Coordinating Centre and operates through 15 Clinical Research Networks (CRNs). These local Networks drive clinical research delivery performance across the locality and champion the role of clinical research in the NHS at every level.

The Royal Surrey County Hospital NHS Foundation Trust was appointed as the Host Organisation for the NIHR Clinical Research Network: Kent, Surrey and Sussex. The CRN: Kent, Surrey and Sussex will be referred to as ‘The Network’ throughout this document; The Royal Surrey County Hospital NHS Foundation Trust will be referred to as ‘The Host’ throughout this document.

In line with the requirements of the Host Organisation Contract, the Host Organisation is responsible for implementing an appropriate Local Portfolio Management System (LPMS) across the CRN: Kent, Surrey and Sussex by April 2015.

The geography of the CRN: Kent, Surrey and Sussex includes the following partner organisations:

— Ashford and St Peter's Hospitals NHS Foundation Trust;

— Brighton and Sussex University Hospitals NHS Trust;

— Dartford and Gravesham NHS Trust;

— East Kent Hospitals University NHS Foundation Trust;

— East Sussex Healthcare NHS Trust;

— Frimley Health NHS Foundation Trust;

— Kent and Medway NHS and Social Care Partnership Trust;

— Kent Community Health NHS Trust;

— Maidstone and Tunbridge Wells NHS Trust;

— Medway NHS Foundation Trust;

— Queen Victoria Hospital NHS Foundation Trust;

— Royal Surrey County Hospital NHS Foundation Trust;

— South East Coast Ambulance Service NHS Foundation Trust;

— Surrey and Borders Partnership NHS Foundation Trust;

— Surrey and Sussex Healthcare NHS Trust;

— Sussex Community NHS Trust;

— Sussex Partnership NHS Foundation Trust;

— Western Sussex Hospitals NHS Foundation Trust.

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

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

24

II.3)

Duration of the contract or limit for completion

60

Section III: Legal, Economic, Financial and Technical Information

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once):

— Browse to the eSourcing Portal: https://commercialsolutions.bravosolution.co.uk and click the link to register;

— Accept the terms and conditions and click ‘continue';

— Enter your correct business and user details;

— Note the username you chose and click ‘Save' when complete;

— You will shortly receive an e-mail with your unique password (please keep this secure).

2. Express an Interest in the tender:

— Login to the portal with the username/password;

— Click the ‘PQQs/ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier);

— Click on the relevant PQQ/ITT to access the content;

— Click the ‘Express Interest' button at the top of the page;

— This will move the PQQ/ITT into your ‘My PQQs/My ITTs' page. (This is a secure area reserved for your projects only);

— You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ITT Details' box.

3. Responding to the tender:

— Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining);

— You can now use the ‘Messages' function to communicate with the buyer and seek any clarification;

— Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ITT;

— There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page.

If you require any further assistance please consult the online help, or contact the eTendering help desk.

III.2.2)

Economic and financial capacity


In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006.




III.2.3)

Technical capacity


In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked 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

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked 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

TRS0370 Provision of a Local Portfolio Management System

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

 02-03-2015  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


7 years.

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The Contracting Authority intends to use an eTendering system in this procurement exercise. The Trust reserves the right:

(i) not to award any contract as a result of the procurement process commenced by publication of this notice;

(ii) to make whatever changes at may see fit to the content and structure of the tendering competition;

(iii) to terminate or award a contract(s) in respect of any part(s) of the requirements covered by this notice, and in no circumstances will the Trust be liable for any costs incurred by the bidders.

Any contract entered into will be governed by English law and will be subject to the exclusive jurisdiction of the English courts. Tenders and all supporting documentation must be written in English and priced in sterling. Nothing in this contract notice or procurement competition shall generate any contractual obligations prior to any signature of final contracts. The Trust is a public authority under the Freedom of Information Act 2000 (the 'Act'). As part of its duties under the Act, the Trust may disclose information to a person making a request unless the information is covered by an exemption under the Act. The Trust is required to determine whether the public interest in maintaining the exemption from disclosing it outweighs the public interest in disclosing it. Prospective bidders should state in their submissions whether or not they consider the information supplied, if disclosed to a third party, would be prejudicial to their commercial interest and, if so, the reasons for such a view. These views will be taken into consideration by the Trust when deciding whether to disclose information.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

In accordance with Regulations 32 and 32A (Information about contract award procedures and the application of the standstill period prior to contract award) and Part 9 of the Public Contracts Regulations 2006 (as amended). The Trust will incorporate a 10 calendar day standstill period at the point that the award of contract is notified to the tenderers. This period allows unsuccessful tenderers to seek a full debriefing from the Trust before the Contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days prior to the end of the standstill period.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 09-01-2015

Coding

Commodity categories

ID Title Parent category
48000000 Software package and information systems Computer and Related Services

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:
richard.woodage@nhs.net
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.