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

NHS Property Business Transformation: Capital Projects.

  • First published: 07 September 2016
  • Last modified: 07 September 2016
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
NHS Property Services
Authority ID:
AA24344
Publication date:
07 September 2016
Deadline date:
07 October 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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.4.1) Review body

Cabinet Office

UK

UK

VI.5) Date of dispatch of this notice

02/09/2016

Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
72316000 Data analysis services Data-processing services
72253000 Helpdesk and support services System and support services
72253100 Helpdesk services Helpdesk and support services
72222200 Information systems or technology planning services Information systems or technology strategic review and planning services
72223000 Information technology requirements review services Systems and technical consultancy services
72222300 Information technology services Information systems or technology strategic review and planning services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72224000 Project management consultancy services Systems and technical consultancy services
48331000 Project management software package Scheduling and productivity software package
79421000 Project-management services other than for construction work Management-related services
48330000 Scheduling and productivity software package Document creation, drawing, imaging, scheduling and productivity software package
48332000 Scheduling software package Scheduling and productivity software package
72265000 Software configuration services Software-related services
72266000 Software consultancy services Software-related services
72263000 Software implementation services Software-related services
72264000 Software reproduction services Software-related services
80510000 Specialist training services Training services
72224100 System implementation planning services Project management consultancy services
72225000 System quality assurance assessment and review services Systems and technical consultancy services
72224200 System quality assurance planning services Project management consultancy services
72226000 System software acceptance testing consultancy services Systems and technical consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy 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:
procurement@property.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.