Services - 186724-2019

19/04/2019    S78

United Kingdom-Sheffield: Software package and information systems

2019/S 078-186724

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust)
Postal address: Savile Street East
Town: Sheffield
NUTS code: UK UNITED KINGDOM
Postal code: S4 7UQ
Country: United Kingdom
E-mail: rachel.tyler@noecpc.nhs.uk
Internet address(es):
Main address: https://in-tendhost.co.uk/noecpc
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/noecpc
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Health

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Healthcare Performance Analytics and Benchmarking Framework

Reference number: CPC 02893
II.1.2)Main CPV code
48000000 Software package and information systems
II.1.3)Type of contract
Services
II.1.4)Short description:

This framework procurement is to establish a multi-supplier Framework Agreement to purchase information technology systems for the purposes of healthcare performance analytics and benchmarking as required by NHS Participating Authorities that reports on key performance metrics based on a range of data sets as supplied by (or obtain on behalf of) a Participating Authority including Hospital Episode Statistics (HES) data. The resulting framework agreement will enable Trusts to purchase an information technology solution containing the desired system functionality to meet their requirements in this area, with the option to purchasing technical support and consultancy to utilise the solution as required.

II.1.5)Estimated total value
Value excluding VAT: 20 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
48000000 Software package and information systems
72253200 Systems support services
75122000 Administrative healthcare services
48900000 Miscellaneous software package and computer systems
72220000 Systems and technical consultancy services
48800000 Information systems and servers
72222200 Information systems or technology planning services
72254100 Systems testing services
48814400 Clinical information system
72246000 Systems consultancy services
48810000 Information systems
48180000 Medical software package
48814000 Medical information systems
72212900 Miscellaneous software development services and computer systems
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

II.2.4)Description of the procurement:

To establish a multi-supplier Framework Agreement to provide information technology systems to Contracting Authorities for the purposes of healthcare performance analytics and benchmarking comprising a variety of functionality requirements to meet the needs of the NHS. The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework — subject to NOE CPC approval. Barnsley Facilities Services Ltd (Barnsley Hospital NHS Foundation Trust)

Bradford Teaching Hospitals NHS Foundation Trust

Calderdale and Huddersfield Solutions Ltd (Calderdale and Huddersfield NHS Foundation Trust)

Chesterfield Royal Hospital NHS Foundation Trust

Derbyshire Community Health Services NHS Foundation Trust

Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust

Harrogate Healthcare Facilities Management Ltd (Harrogate and District NHS Foundation Trust)

Heart of England NHS Foundation Trust

Humber Teaching NHS Foundation Trust

Isle of Man Department of Health and Social Care

James Paget University Hospitals NHS Foundation Trust

Leeds and York Partnership NHS Foundation Trust

Leeds Community Healthcare NHS Trust

Leeds Teaching Hospitals NHS Trust

Leicestershire Partnership Trust

Lincolnshire Community Health Services NHS Trust

Lincolnshire Partnership NHS Foundation Trust

Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust

North Tees and Hartlepool Solutions LLP (North Tees and Hartlepool NHS Foundation Trust)

Northern Lincolnshire and Goole NHS Foundation Trust

Sheffield Children's NHS Foundation Trust

Sheffield Health and Social Care NHS Foundation Trust

Sheffield Teaching Hospitals NHS Foundation Trust

Sherwood Forest Hospitals NHS Foundation Trust

Stockport NHS Foundation Trust

Synchronicity Care Ltd (a wholly owned subsidiary of County Durham and Darlington NHS Foundation Trust)

T/A CDD Services

The Newcastle upon Tyne Hospitals NHS Foundation Trust

The Queen Elizabeth Hospital Kings Lynn NHS Trust

The Rotherham NHS Foundation Trust

United Lincolnshire Hospitals NHS Trust

University Hospitals Birmingham NHS Foundation Trust

University Hospitals of Derby and Burton NHS Foundation Trust

University Hospitals of Leicester NHS Trust

York Teaching Hospital NHS Foundation Trust

Yorkshire Ambulance Service NHS Trust

NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this Framework Agreement during the contract term. See Section II.2.11) for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 20 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

The initial period of the Framework Agreement shall be 24 months from 1.7.2019 to 30.3.2021 with an option to extend the Framework Agreement for 2 further 12 month periods until 30.6.2022 and 30.6.2023, therefore four (4) years in total.

II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: yes
Description of options:

Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations: The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

NHS Improvement: https://improvement.nhs.uk/ Department of Health: https://www.gov.uk/government/organisations/department-of-health

Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations

Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations: https://www.england.nhs.uk/stps/view-stps/

NHS England: https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body) established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010.

CCG: https://www.england.nhs.uk/resources/ccg-directory/

CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/

The Clinical Commissioning Board, Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:

(a) who are a party to any of the following contracts:

— General Medical Services (GMS),

— Personal Medical Services (PMS),

— Alternative Provider Medical Services (APMS); and/or

(b) commissioned by NHS England or other organisations involved in commissioning or overseeing general practitioner services, as described above. The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services — GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at: NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure

NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/

Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/

Social Enterprise UK: https://www.socialenterprise.org.uk

Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils) Local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council

Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland

Continued at Section VI.3) Additional Information.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 08455578079/+44(0)1144070056

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

See SQ/ITT.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Selection criteria as stated in the procurement documents.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Selection criteria as stated in the procurement documents.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

IV.1.6)Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:

Participating Authorities reserve the right to undertake electronic auctions in the awarding of call-offs under this Framework Agreement.

IV.1.8)Information about the 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: 13/05/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.7)Conditions for opening of tenders
Date: 13/05/2019
Local time: 12:00
Place:

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to:

Department of Health and Social Care: https://www.gov.im/about-the-government/departments/health-and-social-care/

The States of Jersey Government and administration including all Government Departments including but not limited to:

Health and Social Services: https://www.gov.je/Government/Departments/HealthSocialServices/Pages/index.aspx

The States of Guernsey (Parliament and government) including but not limited to the Committee for Health and Social Care: https://www.gov.gg/article/152954/Health-and-Social-Services-Department

Educational Establishments in England including schools and colleges: https://get-information-schools.service.gov.uk/

Schools in Wales: http://gov.wales/statistics-and-research/address-list-of-schools/?lang=en

Further Education and 6th Form Colleges in the UK: http://findfe.com/

Higher Education Recognised or listed bodies in the UK offering degree-level courses: https://www.gov.uk/check-a-university-is-officially-recognised

Schools in Scotland including primary, secondary and special schools: https://education.gov.scot/parentzone/

Educational Establishments in Scotland: http://www.gov.scot/Topics/Statistics/ScotXed/SchoolEducation/SchoolEstablishments

Schools and Educational Establishments in Northern Ireland: https://www.education-ni.gov.uk/services/schools-plus

Higher Education Universities and Colleges in Northern Ireland: https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland

UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces: https://www.police.uk/forces/

England Fire and Rescue Services http://www.fire.org.uk/fire-brigades.html

Scottish Fire and Rescue Services http://www.firescotland.gov.uk/your-area.aspx

Welsh Fire and Rescue Services http://gov.wales/topics/people-and-communities/communities/safety/fire/localservices/?lang=en

Northern Ireland Fire and Rescue Service https://www.nifrs.org/areas-districts/

UK Maritime and Coastguard Agency https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening

Registered charities in England and Wales: https://www.gov.uk/find-charity-information

Registered charities in Scotland: https://www.oscr.org.uk/charities

Registered charities in Northern Ireland: http://www.charitycommissionni.org.uk/charity-search/

Ministry of Defence (MOD): https://www.gov.uk/government/organisations/ministry-of-defence

Registered social landlords, government funded, not-for-profit organisations that provide affordable housing, including housing associations, trusts and cooperatives.

England: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

Scotland: http://directory.scottishhousingregulator.gov.uk/pages/default.aspx

Wales: http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en

Northern Ireland: https://www.nidirect.gov.uk/contacts/housing-associations

Bidders should note that the NOECPC retain absolute discretion as to whether to accept any offer following evaluation. The NOE CPC is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process. The NOE CPC shall not be held liable for any liability or cost or expense incurred by any bidder in relation to this project whatsoever, including, without limitations, in relation to the preparation of their tender and any subsequent clarification or any legal or other expenses.

VI.4)Procedures for review
VI.4.1)Review body
Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust)
Town: Sheffield
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015. Any tenderer 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 3 of the Public Contract Regulations 2015.

VI.5)Date of dispatch of this notice:
16/04/2019