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

Business Intelligence Platform and Supporting Services.

  • First published: 05 October 2013
  • Last modified: 05 October 2013

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:
NHS West and South Yorkshire and Bassetlaw CSU
Authority ID:
AA22701
Publication date:
05 October 2013
Deadline date:
15 October 2013
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

West and South Yorkshire and Bassetlaw Commissioning Support Unit is seeking a solution for a Single Business Intelligence Platform. To support that, the CSU will require implementation support days which will be provided when requested by the CSU. Further details of the proposal will be set out in the Pre-Qualification Questionnaire.

The successful bidder will provide a market leading Business Intelligence Platform which is optimised for healthcare analytics featuring:

1) Fast integration of all principal data sets.

2) Scalable and flexible architecture capable of supporting and handling large numbers of patients and data volumes.

3) Production of all standard and flexible reporting to enable insightful BI analysis and narrative.

4) Operation within the BI environment enabling dashboard reporting and interface integration into DSCRO (Data Services for Commissioners Regional Office) environment.

5) Associated delivery team to enable assimilation within DSCRO and BI teams and product development.

The supplier will be responsible for the successful integration with DSCRO.

The system will include the following features:

1) A proven dimensional data modelling and data handling framework that enables speed and flexibility.

2) Open architecture to vault other tools or applications on top.

3) At least a 2nd Generation development- proven use and learning leading to enhancement and further development.

4) Access control at user and data level to ensure appropriate security.

5) Standard baseline functionality from Day 1 with associated standard reports to enable insightful BI support and analysis.

6) Functionality to run on Microsoft sequel server technology.

The successful bidder will be expected to commence delivery from January 2014 with the standard suite of products available for use by the Customer by 31.3.2014. The Customer will expect the successful supplier to both implement the standard solution and also provide development support for the solution to suit the customer's specific needs going forward.

The successful bidder will be expected to commence service delivery from December 2013 and this service will enable a step change in BI products against a clear milestone based mobilisation timetable. There is a requirement for the software to be implemented and up and running by 31.3.2014. The remainder of the contract will involve any ongoing licence costs and continued support and development of the solution. The successful bidder will be offered a five year contract.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


West and South Yorkshire and Bassetlaw Commissioning Support Services (hosted by NHS England)

Douglas Mill, Bowling Old Lane

Bradford

BD5 7JR

UK

Richard Somerset

+44 1143051054

richard.somerset@nhs.net


http://www.wsybcsu.nhs.uk

http://supply2health.nhs.uk
Checked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Checked 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
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Business Intelligence Platform and Supporting Services.

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

Bradford, West Yorkshire.



UKE41

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)

West and South Yorkshire and Bassetlaw Commissioning Support Unit is seeking a solution for a Single Business Intelligence Platform. To support that, the CSU will require implementation support days which will be provided when requested by the CSU. Further details of the proposal will be set out in the Pre-Qualification Questionnaire.

The successful bidder will provide a market leading Business Intelligence Platform which is optimised for healthcare analytics featuring:

1) Fast integration of all principal data sets.

2) Scalable and flexible architecture capable of supporting and handling large numbers of patients and data volumes.

3) Production of all standard and flexible reporting to enable insightful BI analysis and narrative.

4) Operation within the BI environment enabling dashboard reporting and interface integration into DSCRO (Data Services for Commissioners Regional Office) environment.

5) Associated delivery team to enable assimilation within DSCRO and BI teams and product development.

The supplier will be responsible for the successful integration with DSCRO.

The system will include the following features:

1) A proven dimensional data modelling and data handling framework that enables speed and flexibility.

2) Open architecture to vault other tools or applications on top.

3) At least a 2nd Generation development- proven use and learning leading to enhancement and further development.

4) Access control at user and data level to ensure appropriate security.

5) Standard baseline functionality from Day 1 with associated standard reports to enable insightful BI support and analysis.

6) Functionality to run on Microsoft sequel server technology.

The successful bidder will be expected to commence delivery from January 2014 with the standard suite of products available for use by the Customer by 31.3.2014. The Customer will expect the successful supplier to both implement the standard solution and also provide development support for the solution to suit the customer's specific needs going forward.

The successful bidder will be expected to commence service delivery from December 2013 and this service will enable a step change in BI products against a clear milestone based mobilisation timetable. There is a requirement for the software to be implemented and up and running by 31.3.2014. The remainder of the contract will involve any ongoing licence costs and continued support and development of the solution. The successful bidder will be offered a five year contract.

II.1.6)

Common Procurement Vocabulary (CPV)

48000000
48810000
48211000
72212482
48480000
48100000
48482000
72000000

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

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

1 500 0003 000 000
GBP

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

II.3)

Duration of the contract or limit for completion

60

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

WSYBCSU reserves the right to require deposits and/or guarantees and/or bonds and/or any other form of security. Details will be provided in the tender documents as applicable.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment will follow delivery and acceptance of the services, to an agreed milestone schedule.

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

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the authority. WSYBCSU shall require the group to form a legal entity before entering into the contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

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


WSYBCSU will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

III.2.2)

Economic and financial capacity


As stated in the pre-qualification questionnaire.



As stated in the pre-qualification questionnaire.


III.2.3)

Technical capacity


This will be provided as selection criteria in the Pre Qualification Questionnaire (PQQ).



This will be contained within the PQQ.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


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

Justification for the choice of accelerated procedure

The Restricted procedure timescales are impracticle due to reasons of business critical urgency

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

57

Objective criteria for choosing the limited number of candidates

Interested suppliers are invited to apply for a Pre Qualification Questionnaire (PQQ) by contacting WSYBCSU with their expression of interest in response to this Contract Notice. Potential suppliers are required to send their response to WSYBCSU to evaluate the supplier's capacities and capabilities against the published selection criteria.

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

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2013/S 178-307252 13-09-2013

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 14-10-2013  12:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 15-10-2013  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 18-10-2013

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

WSYBCSU does not bind itself to accept the lowest or any bid offered under the process.

WSYBCSU is not responsible for any costs incurred by bidders in relation to participation in this process.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

WSYBCSU will incorporate a minimum 10 calendar day standstill period at the point information on the decision to award the contract is communicated to bidders in accordance with Regulation 32A of the Public Contracts Regulations 2006. Any bidder wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in part 9 of the Public Contracts Regulation 2006.

VI.4.3)

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










VI.5)

Dispatch date of this Notice

 01-10-2013

ANNEX A

Additional Addresses and Contact Points

II)

Address and contact points from which specifications and additional documentation may be obtained



West and South Yorkshire and Bassetlaw Commercial Support Unit








http://www.nhssourcing.co.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



West and South Yorkshire and Bassetlaw Commercial Support Unit








http://www.nhssourcing.co.uk

Coding

Commodity categories

ID Title Parent category
72212482 Business intelligence software development services Programming services of application software
48482000 Business intelligence software package Sales, marketing and business intelligence software package
48100000 Industry specific software package Software package and information systems
48810000 Information systems Information systems and servers
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48211000 Platform interconnectivity software package Networking software package
48480000 Sales, marketing and business intelligence software package Business transaction and personal business software package
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
There are no delivery locations for this notice.

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.somerset@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.