CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Velindre NHS Trust (as hosts of the NHS Wales Informatics Service) |
Ty Glan-yr-Afon, 21 Cowbridge Road East |
Cardiff |
CF11 9AD |
UK |
Matthew Perrott |
+44 1656778852 |
matthew.perrott@wales.nhs.uk |
|
http://www.procurement.wales.nhs.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221
www.etenderwales.bravosolution.co.uk
www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityAll Wales NHS Point of Care Testing Solution |
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
Various sites within Wales, as set out in the contract documents
UK |
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)
To deliver an All Wales NHS Point of Care Testing Solution to Health Boards across NHS Wales via a phased deployment approach commencing in April 2016.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=37169.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48000000 |
|
|
|
|
|
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
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe Awarding Authority seeks an IT based solution in respect of an All Wales NHS Point of Care Testing Software Solution and related Hardware requirement. The solution to be provided must be a Commercial off the shelf solution (COTS). The provider’s solution must be capable of supporting the deployment of a scalable system within a national environment and which needs to connect to an increasing number of devices throughout the term of the Agreement. The Contractor will be required to provide and manage the hardware: it will be hosted within the Authority’s Data Centre(s) so that the application can be run on a national basis.
It must meet the following strategic benefits:
- Increase patient safety through capacity to undertake audit
- Quality checking of results by Point of Care Coordinators in laboratories
- Improved access to diagnostic information
- All appropriate POCT results recorded and appended to patient record (via data transfer to the Wales Clinical Portal)
- Patient confidence increased through electronic data capture thereby reducing transcription errors
- A single, independent and centralised POCT process to enhance national standardisation across Wales
- Adhering to legal requirements via improved data integrity fulfilling national POCT guidelines
- Must deliver appropriate quality management of POCT devices and the use of POCT devices
- A solution which delivers appropriate quality management of POCT devices and the use of POCT devices across NHS Wales
- Health system efficiencies increased
It is anticipated that the solution will require phased implementation across NHS organisations as set out in the proposed Implementation Plan in the URS requirements and Terms and Conditions of Contract documentation. It is anticipated that the timescales for implementation will be 12 months from contract award.
Functionality of the solution will be required to support (without limitation) the clinical and administrative processes carried out by the Points of Care Coordinators at each Health Board. Further details of the requirements will be outlined in the pre-qualification and subsequent tender documentation accompanying this notice. |
|
15000001700000 GBP |
II.2.2)
|
OptionsThe initial agreement period will be for 7 years with an option to extend for a further 3 years in increments of 1 year. The maximum term of this Agreement shall be for 10 years. |
|
Provisional timetable for recourse to these options120 |
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
As set out in the Invitation to tender documents. The Contracting Authority reserves the right to request parent company and/or other guarantees of financial liability.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
As set out in the Invitation to Tender documents.
|
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
None specified save that in the case of a partnership or consortia or other groups of more than one legal entity, liability shall be joint and several. In the case of consortia, one party must act as a prime contractor.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
As indicated in the Invitation to Tender documents and the Terms and Conditions of Contract/contract schedules.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
As set out in the Invitation to Tender documents.
|
III.2.2)
|
Economic and financial capacity
As set out in the Invitation to Tender documents.
As set out in the Invitation to Tender documents.
|
III.2.3)
|
Technical capacity
As set out in the Invitation to Tender documents.
As set out in the Invitation to Tender documents.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
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 participate |
|
Objective criteria for choosing the limited number of candidates
|
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
P384
|
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 22-01-2016
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 28-10-2016 |
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
Information and formalities necessary for evaluating if the requirements are met: 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://etenderwales.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 email with your unique password (please keep this secure)
2. To Express an Interest in the tender (Project Code: 31848) - 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 & 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.
For the avoidance of doubt, as this procurement is being run under the Open Procedure, there is no limit to the number of operators who may respond or that will be taken forward to have its bid evaluated, should it pass all selection criteria as stated in the Invitation to Tender documents.
(WA Ref:37169)
|
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
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 16-12-2015 |