Services - 426579-2016

03/12/2016    S234

United Kingdom-London: Software package and information systems

2016/S 234-426579

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Secretary of State for Health (acting through The Department of Health) (the ‘Authority’) c/o Ambulance Radio Programme
Postal address: Stephenson House, 75 Hampstead Road
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: NW1 2PL
Country: United Kingdom
Contact person: Ambulance Radio Programme Commercial Manager
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: http://www.delta-esourcing.com
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health
I.1)Name and addresses
Official name: South Western Ambulance Service NHS Foundation Trust
Postal address: Abbey Court, Eagle Way
Town: Exeter
NUTS code: UK UNITED KINGDOM
Postal code: EX2 7HY
Country: United Kingdom
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: http://www.swast.nhs.uk
I.1)Name and addresses
Official name: East Midlands Ambulance Service NHS Trust
National registration number: 1 Horizon Place
Postal address: Nottingham Business Park
Town: Nottingham
NUTS code: UK UNITED KINGDOM
Postal code: NG8 6PY
Country: United Kingdom
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: http://www.emas.nhs.uk
I.1)Name and addresses
Official name: London Ambulance Service NHS Trust
Postal address: 220 Waterloo Road
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SE1 8SD
Country: United Kingdom
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: http://www.londonambulance.nhs.uk/
I.1)Name and addresses
Official name: North West Ambulance Service NHS Trust
Postal address: Ladybridge Hall Headquarters, Chorley New Road
Town: Bolton
NUTS code: UK UNITED KINGDOM
Postal code: BL1 5DD
Country: United Kingdom
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: https://www.nwas.nhs.uk/
I.1)Name and addresses
Official name: Isle of Wight NHS Trust
Postal address: South Block, St. Mary's Hospital, Parkhurst Road
Town: Newport
NUTS code: UK UNITED KINGDOM
Postal code: PO30 5TG
Country: United Kingdom
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: http://www.iow.nhs.uk/
I.1)Name and addresses
Official name: South Central Ambulance Service NHS Foundation Trust
Postal address: North Wing, Southern House, Sparrowgrove
Town: Otterbourne
NUTS code: UK UNITED KINGDOM
Postal code: SO21 2RU
Country: United Kingdom
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: http://www.scas.nhs.uk/
I.1)Name and addresses
Official name: West Midlands Ambulance Service NHS Foundation Trust
Postal address: Millennium Point, Waterfront Business Park, Waterfront Way
Town: Brierley Hill
NUTS code: UK UNITED KINGDOM
Postal code: DY5 1LX
Country: United Kingdom
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: http://www.wmas.nhs.uk/
I.1)Name and addresses
Official name: North East Ambulance Service NHS Foundation Trust
Postal address: Bernicia House, Goldcrest Way, Newburn, Riverside
Town: Newcastle upon Tyne
NUTS code: UK UNITED KINGDOM
Postal code: NE15 8NY
Country: United Kingdom
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: https://www.neas.nhs.uk/
I.1)Name and addresses
Official name: Yorkshire Ambulance Service NHS Trust
Postal address: Springhill 2, Brindley Way, Wakefield 41 Business Park
Town: Wakefield
NUTS code: UK UNITED KINGDOM
Postal code: WF2 0XQ
Country: United Kingdom
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: http://www.yas.nhs.uk/
I.1)Name and addresses
Official name: Welsh Ambulance Service NHS Trust
Postal address: HM Stanley Hospital
Town: St. Asaph
NUTS code: UK UNITED KINGDOM
Postal code: LL17 0RS
Country: United Kingdom
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: http://www.ambulance.wales.nhs.uk
I.1)Name and addresses
Official name: Scottish Ambulance Service Board
Postal address: National Headquarters, Gyle Square, 1 South Gyle Crescent
Town: Edinburgh
NUTS code: UK UNITED KINGDOM
Postal code: EH12 9EB
Country: United Kingdom
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: http://www.scottishambulance.com/
I.1)Name and addresses
Official name: East of England Ambulance Service NHS Trust
Postal address: Whiting Way
Town: Melbourn
NUTS code: UK UNITED KINGDOM
Postal code: SG8 6EN
Country: United Kingdom
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: http://www.eastamb.nhs.uk/
I.1)Name and addresses
Official name: South East Coast Ambulance Service NHS Foundation Trust
Postal address: 40-42 Friars Walk
Town: Lewes
NUTS code: UK UNITED KINGDOM
Postal code: BN7 2XW
Country: United Kingdom
E-mail: arp.pmo@nhs.net
Internet address(es):
Main address: http://www.secamb.nhs.uk/
I.2)Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:

English Law.

The contract is awarded by a central purchasing body
I.3)Communication
Access to the procurement documents is restricted. Further information can be obtained at: http://www.delta-esourcing.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://www.delta-esourcing.com
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://www.delta-esourcing.com
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
Health

Section II: Object

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

Ambulance Mobilisation Application and Associated Services (‘MP1’).

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

The Authority is seeking to procure Ambulance Mobilisation Application and Associated Services (‘MP1’) on behalf of itself, the Secretary of State for Health and the 13 NHS Trusts/Foundation Trusts/Ambulance Trusts (the ‘Trusts’) listed in Annex A.

The Secretary of State for Health will sign the procured contract, whilst the Trusts will be the service recipients for the purposes of that contract.

MP1 forms part of the Authority's Mobile Data and Vehicle Solution Programme (‘MDVS’), and the wider Ambulance Radio Programme (‘ARP’). The ARP aims to roll out and deliver an integrated control room and mobile data vehicle solution for the NHS Ambulance service nationally in England, and potentially in the Welsh Ambulance Service NHS Trust (‘WAST’) and the Scottish Ambulance Service Board (‘SAS’).

WAST and/or SAS may decide not to adopt MP1, so bidders should note that they both remain optional Service Recipients. Please see further detail provided below.

II.1.5)Estimated total value
Value excluding VAT: 14 420 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
32000000 Radio, television, communication, telecommunication and related equipment
64200000 Telecommunications services
72000000 IT services: consulting, software development, Internet and support
72200000 Software programming and consultancy services
72210000 Programming services of packaged software products
72212000 Programming services of application software
72260000 Software-related services
72261000 Software support services
72262000 Software development services
72263000 Software implementation services
72265000 Software configuration services
72266000 Software consultancy services
72268000 Software supply services
72254000 Software testing
72222300 Information technology services
72228000 Hardware integration consultancy services
30210000 Data-processing machines (hardware)
30211200 Mainframe hardware
30212000 Minicomputer hardware
30215000 Microcomputer hardware
44316400 Hardware
51611100 Hardware installation services
50312610 Maintenance of information technology equipment
98391000 Decommissioning services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

United Kingdom.

II.2.4)Description of the procurement:

MP1 will comprise Mobilisation Application and Associated Services. MP1 will be procured using the competitive dialogue procedure in accordance with Regulation 30 of the Public Contracts Regulations 2015 (‘PCR’). The competitive dialogue procedure will take place in successive stages and the dialogue will continue until the authority can identify a solution capable of meeting its needs (Regulations 30(12) and (14) PCR). The authority does not intend to carry out a dialogue in relation to all aspects of its requirement, further information is provided in the procurement documents.

Bidders should treat both WAST and SAS as within the scope of this procurement and should assume the same solution is required for these as the other 11 Trusts.

The duration of the contract in months specified in section II.2.7) comprises up to 24 months for the Implementation Phase and 60 months for the Operational Phase each as defined and further described in section VI.3) and the procurement documents. The option to extend the contract as identified in II.2.7) is further described in section V1.3) and the procurement documents. The estimated total value of the MP1 contract specified in section II.1.5) is for the duration of the contract specified in section II.2.7) and includes the optional scope of the WAST and SAS contracting authorities and the value associated with the maximum possible contract extension of 2 years.

The Mobilisation Application will enable mission critical communications between responding resources and control rooms. The scope of MP1 includes delivery of a highly available and resilient Ambulance Mobilisation Application solution to enable dispatchers and other control room staff to rapidly communicate timely and accurate information as efficiently as possible to responders such as Paramedics, Nurses, GP's, and community responders. The solution will need to be capable of meeting the needs of a 24/7 and 365 (or 366) days ambulance service, and will provide enhancements to existing commercial offerings readily available in the market to include: specific ambulance service functionality and system interfaces; other mission critical public safety functionality and services, including appropriate security, additional resilience, and enhanced availability. The supplier will also provide a series of associated services including: design; development; acceptance; transition; deployment; testing; maintenance; support; and training services as further set out in Schedule 2.1 (Services Description) of Part C of the ITPD, which also includes current device, vehicle and user numbers.

MP1 will maximise the use of open standards and support the use of published application programme interfaces. MP1 will be managed by a multi-disciplinary authority team capable of guiding developments whilst adopting agile methodologies to ensure users requirements are met.

The MP1 solution will not be required to connect to any legacy systems, although the Supplier will need to support users as they transition from the incumbent supplier, Airwave, to the Emergency Services Network (‘ESN’) and from the legacy MDVS to the new MDVS. The authority is looking for a supplier who can develop an end-to-end design for MDVS and introduce transformation change to the current software solution.

Implementation of MP1 will be phased across each Trust and roll-out must be completed by the expiry of the authority's current ARP contracts.

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The authority only intends to purchase hardware from the supplier which is bespoke to the software which it is offering to provide. The authority does not intend to purchase commercial off the shelf (COTS) hardware or any other hardware in this procurement (which is not bespoke).

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 14 420 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:

Contract can be renewed for up to 2 years.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:

Please see the Pre-Qualification Questionnaire (‘PQQ’). The Authority intends to invite 6 applicants to participate in competitive dialogue but reserves the right to invite less than 6 in accordance with Regulation 65 of the PCR, as set out in the PQQ.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The authority has the option of extending the contract as set out in II.2.7). WAST and SAS have the option of using the services which the authority is procuring by means of this contract notice. Please refer to section II.2.4) and VI.3) for further details.

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

The ARP is to deliver the replacement and next generation of control room and mobile data communications solutions into the Trusts, enabling them to benefit from technological advances and service innovations, which will enable improvements to patient care.

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:

Please refer to the PQQ Document.

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

Please refer to the PQQ Document.

Minimum level(s) of standards possibly required:

Please refer to the PQQ Document.

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

Please refer to the PQQ Document.

Minimum level(s) of standards possibly required:

Please refer to the PQQ Document.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please refer to the PQQ Document and the Draft Terms and Conditions.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2016/S 180-322591
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 05/01/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 13/01/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. If a group of economic operators submit a bid, the group must nominate a lead organisation to interface with the authority. The authority may require the group to form a legal entity before entering into the contract in accordance with Regulation 19(6) PCR. Expressions of interest must be made by way of completion and return of the PQQ by the date and time specified in IV.2.2). Economic operators who wish to participate may obtain the PQQ and other procurement documents from the BIP Delta Portal (https://www.delta-esourcing.com ).

Please note that economic operators will firstly need to register for free through the portal and obtain log-in detail to access the documents. Bidders must not mark-up the contract as part of their Tender Response. The authority will consider points raised on the contract by way of clarifications and it reserves the right to accept or reject them and to discuss these points in the dialogue meetings. The authority reserves the right to make changes to the contract at any time during the dialogue phase prior to issuing the Invitation to Submit Final Tender stage (‘ITSFT’).

The information contained in this notice, including the list of CPV codes, is neither exhaustive nor binding, and may be amended at the time of issue of any further notice or notices or at any other time at the discretion of the authority. Tenders and all supporting documentation must be priced in pounds sterling. Any resulting contract will be considered a contract made according to the law of England and Wales. The authority is not and shall not be liable for any expenses, costs or liabilities incurred by those expressing an interest or negotiating or tendering for this contract opportunity or their associated entities or any other person. The authority reserves the right not to award a contract to make whatever changes it sees fit to the structure, timing and rules of the procurement process and to cancel the process in its entirety at any stage.

The authority will enter into a single contract with the supplier which will cover service provision to all Trusts.

Contracting authorities listed are anticipated to transition to the ESN on a regional basis commencing in 2017, ending 31.12.2019. The MDVS Programme will need to closely adhere to the timescales of the ESN delivery to ensure critical communications are maintained.

The current ARP contract is set to expire on 31.12.2019 and the new solution will be required in respect of each Trust before this contract expiry date. Roll-out for each Trust must be completed by this expiry date. The implementation phase will include development of the new solution, testing, and setting up of the national integration in preparation for rolling out the new service on a phased Trust by Trust basis (the ‘Implementation Phase’). Subject to the timescales for transition to the ESN, it is anticipated that the Implementation Phase will be a maximum of 24 months but will vary depending on the date of contract award and timescales agreed with candidates as further detailed in the ITPD and the draft contract (Part C of the ITPD). There will then be an operational service phase in respect of each Trust (the ‘Operational Phase’), the term of which will be 5 years from go-live of the solution in that Trust (these 5 year periods will therefore run from different dates and not be co-terminus). There will be an option to extend the services received by each Trust on a Trust by Trust basis for up to 2 years in total.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./367W756YX9

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/367W756YX9

GO Reference: GO-2016121-PRO-9177451.

VI.4)Procedures for review
VI.4.1)Review body
Official name: The Department of Health c/o Ambulance Radio Programme
Postal address: Stephenson House, 75 Hampstead Road
Town: London
Postal code: NW1 2PL
Country: United Kingdom
VI.5)Date of dispatch of this notice:
01/12/2016