Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Property Services
85 Gresham Street
London
EC2V 7NQ
UK
E-mail: procurement@property.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://www.property.nhs.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://nhspropertyservices.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://nhspropertyservices.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
NHS Property Business Transformation: Capital Projects.
II.1.2) Main CPV code
48331000
II.1.3) Type of contract
Services
II.1.4) Short description
NHSPS require a Capital Project Management tool to track, manage and report against 100 000 000 GBP of annual expenditure.
Launched in April 2013, NHSPS is a Limited company 100 % owned by the Secretary of State and an important part of the NHS family. NHSPS owns the legal title to approximately 3 500 property assets, valued at around 3 000 000 000 GBP. The organisation retains a local focus providing strategic and operational management of NHS estates, property and facilities across England, using its skills to support better health outcomes and patient experiences.
NHSPS has 2 main roles:
— Strategic estates management — acting as a landlord, modernising facilities, buying new facilities and selling facilities the NHS no longer needs;
— Dedicated provider of support services such as cleaning and catering.
NHSPS is building a high-performing organisation where people share strong values and take ownership of delivering to the highest standards.
II.1.5) Estimated total value
Value excluding VAT:
2 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1;
Lot 2.
Lot 1 and 2:
Application provider may not have its own implementation and integration capability and may work with in collaboration with a partner who will deliver Lot 2.
An application provider may have an implementation capability in which case it can tender for Lot 2. Each tender for Lot 1 and Lot 2 must be completed separately and fully as if a standalone Lot for evaluation purpose.
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 — Capital Project Management Software as a Service
II.2.2) Additional CPV code(s)
48332000
48330000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
England — The Service Integration and Management Team will be based in London; however, users of the service will be based in the various regions of England.
II.2.4) Description of the procurement
Procure up to 500 Software as a Service Capital Project licences with implementation and ongoing support services. Tenders for Lot 1 and Lot 2 are evaluated together and awarded separately. NHSPS shall assess the combined Lots to determine the most economically advantageous tender in terms of the criteria stated below.
II.2.5) Award criteria
Criteria below:
Quality criterion: Functional requirements
/ Weighting: 35
Quality criterion: Non-functional requirements
/ Weighting: 15
Quality criterion: Implementation and support
/ Weighting: 14
Quality criterion: Governance and cultural fit
/ Weighting: 6
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
1 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
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:
Yes
Description of options:
The contract shall be 3 years with an option to extend for up to 2 additional years. The contract in its entirety may therefore run for 5 years (60 months).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 — Capital Projects Software as a Service Implementation and Integration Services
II.2.2) Additional CPV code(s)
72222300
72223000
72224100
72224200
72220000
72222200
72316000
72221000
72253000
72225000
72224000
80510000
72253100
72226000
79421000
72263000
72265000
72266000
72264000
72000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
NHSPS require the following services to implement and integrate the Capital Projects Software as a Service Solution: Business Analysis, Data Analysis, Business Process Mapping and Re-Engineering, Project Management activities, RAID services, Implementation leadership and support services (including requirements validation, solution definition and configuration), training (including Training needs analysis, training activity planning, training delivery) and solution testing (which may include but not be limited to alpha, beta, regression, etc.). An application service provider may have an internal implementation and integration capability in which case it can tender for both Lot 1 and Lot 2. If not, and works with a partner, then its partner should tender for this Lot 2 collaborating as appropriate. Tenders for Lot 1 and Lot 2 are evaluated together and awarded separately. NHSPS shall assess the combined Lots to determine the most economically advantageous tender in terms of the criteria stated below.
II.2.5) Award criteria
Criteria below:
Quality criterion: Functional requirements
/ Weighting: 35
Quality criterion: Non-functional requirements
/ Weighting: 15
Quality criterion: Implementation and support
/ Weighting: 14
Quality criterion: Governance and cultural fit
/ Weighting: 6
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
1 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
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:
Yes
Description of options:
The contract shall be 3 years with an option to extend for up to 2 additional years. The contract in its entirety may therefore run for 5 years (60 months).
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.2) Conditions related to the contract
III.2.2) Contract performance conditions
Parent company guarantees may be required in appropriate circumstances. Agreement with NHS Terms and Conditions.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/10/2016
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:
05/12/2016
IV.2.7) Conditions for opening of tenders
Date:
07/10/2016
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
02/09/2016