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
|
|
|
|

 |
|

 |
|

 |
|
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 authorityBusiness 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 contract7 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Bradford, West Yorkshire.
UKE41 |
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)
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 |
|
|
|
|
|
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 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 completion60 |
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
|
 |
|
 |
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
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 participate57 |
|
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
|
 |
|
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
|
 |
|
 |
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
|
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 |
|