Wessex NHS: UHS10831 Spend Control & Accounting Solution

  Wessex NHS is using Delta eSourcing to run this tender exercise

Notice Summary
Title: UHS10831 Spend Control & Accounting Solution
Notice type: Contract Notice
Authority: Wessex NHS
Nature of contract: Services
Procedure: Negotiated
Short Description: University Hospital Southampton NHS Foundation Trust is undertaking to source a Spend Control and Accounting Solution to include: LOT 1.A Finance Accounting Service comprising Finance Accounting Software, Finance Reporting Software, Business Intelligence and Reporting capability, Planning & Forecasting. LOT 2.A spend management system comprising E Sourcing Software, Contract Management Software, E Catalogue Software, Purchase to Pay and an E Supplier Portal. LOT 3.A invoice scanning service comprising Receipt of Paper Invoices from suppliers, Scanning Invoices, OCR capture and validation,Verify, Allocate and Initiate Workflow.
Published: 20/06/2016 16:15
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Southampton: Financial analysis and accounting software development services.
Section I: Contracting Authority
      I.1) Name and addresses
             University Hospital Southampton NHS Foundation Trust
             Graham Road, Southampton, SO14 0YG, United Kingdom
             Tel. +44 2380825418, Email: steve.jerrim@uhs.nhs.uk
             Contact: Steve Jerrim
             Main Address: www.uhs.nhs.uk
             NUTS Code: UKJ32
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Financial-analysis-and-accounting-software-development-services./S3EY2J8H4D
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Financial-analysis-and-accounting-software-development-services./S3EY2J8H4D 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: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: UHS10831 Spend Control & Accounting Solution       
      Reference Number: UHS10831
      II.1.2) Main CPV Code:
      72212440 - Financial analysis and accounting software development services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: University Hospital Southampton NHS Foundation Trust is undertaking to source a Spend Control and Accounting Solution to include:
LOT 1.A Finance Accounting Service comprising Finance Accounting Software, Finance Reporting Software, Business Intelligence and Reporting capability, Planning & Forecasting. LOT 2.A spend management system comprising E Sourcing Software, Contract Management Software, E Catalogue Software, Purchase to Pay and an E Supplier Portal. LOT 3.A invoice scanning service comprising Receipt of Paper Invoices from suppliers, Scanning Invoices, OCR capture and validation,Verify, Allocate and Initiate Workflow.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,250,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1: Finance & Accounting System
Lot 2: Spend Management System
Lot 3: Invoice Scanning Service

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Finance & Accounting System       
      Lot No: 1.       
      II.2.2) Additional CPV codes:
      48440000 - Financial analysis and accounting software package.
      
      II.2.3) Place of performance:
      UKJ32 Southampton
      
      II.2.4) Description of procurement: To incorporate:
Finance & Accounting Software
Financial Reporting Software
Business Intelligence and Reporting capability
Planning and Forecasting Software (Optional requirement)
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial award for 5 Years with the potential for a further 2+2 (4) Year extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: As stated in the PQQ.
Any equal scoring PQQ submissions within the range stated will also be invited.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Only the top scoring bidders (maximum of 6) will proceed beyond the PQQ stage. If there is an equal score that falls within the top 6 then this bidder will also be invited beyond the PQQ stage.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Spend Management System       
      Lot No: 2.       
      II.2.2) Additional CPV codes:
      48490000 - Procurement software package.
      
      II.2.3) Place of performance:
      UKJ32 Southampton
      
      II.2.4) Description of procurement: To incorporate:
E-sourcing Software
Contract Management Software
E-catalogue Software
Purchase to Pay System
Business Intelligence and Reporting capability
E-supplier portal / capability
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial award for 5 Years with the potential for a further 2+2 (4) Year extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: As stated in the PQQ.
Any equal scoring PQQ submissions within the range stated will also be invited.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Only the top scoring bidders (maximum of 6) will proceed beyond the PQQ stage. If there is an equal score that falls within the top 6 then this bidder will also be invited beyond the PQQ stage.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Invoice Scanning Service       
      Lot No: 3.       
      II.2.2) Additional CPV codes:
      79999000 - Scanning and invoicing services.
      
      II.2.3) Place of performance:
      UKJ32 Southampton
      
      II.2.4) Description of procurement: To incorporate:
Receipt of paper invoices from suppliers
Scanning invoices
OCR capture & validation
Verify, allocate and initiate workflow
      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: 250,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial award for 5 Years with the potential for a further 2+2 (4) Year extension.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 6       
      Objective criteria for choosing the limited number of candidates: As stated in the PQQ.
Any equal scoring PQQ submissions within the range stated will also be invited.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Only the top scoring bidders (maximum of 6) will proceed beyond the PQQ stage. If there is an equal score that falls within the top 6 then this bidder will also be invited beyond the PQQ stage.       


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:          
      As detailed in the PQQ.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      As detailed in the Tender Documentation.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Negotiated   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   IV.1.5) Information about negotiation: Yes.
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 20/07/2016 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 25/07/2016       
      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: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2021
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.

There will be a requirement for Lots 1 and Lots 2 to be fully integrated / interfaced with each other.

The Tender documents will initially be included for information and not for completion and are uploaded as attachments under the PQQ.
Only those bidders that are short-listed to proceed to the ITT Stage will be invited to complete the Tender documents when the Tender Box in Delta Solution is made available.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Financial-analysis-and-accounting-software-development-services./S3EY2J8H4D

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S3EY2J8H4D
   VI.4) Procedures for review
   VI.4.1) Review body:
             University Hospital Southampton NHS Foundation Trust
       Graham Road, Southampton, SO14 0YG, United Kingdom
       Tel. +44 2380825418
   VI.4.2) Body responsible for mediation procedures:
             University Hospital Southampton NHS Foundation Trust
          Graham Road, Southampton, SO14 0YG, United Kingdom
          Tel. +44 2380825418
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          University Hospital Southampton NHS Foundation Trust
       Graham Road, Southampton, SO14 0YG, United Kingdom
       Tel. +44 2380825418
   VI.5) Date Of Dispatch Of This Notice: 20/06/2016

Annex A


View any Notice Addenda

View Award Notice

UK-Southampton: Financial analysis and accounting software development services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       University Hospital Southampton NHS Foundation Trust
       Graham Road, Southampton, SO14 0YG, United Kingdom
       Tel. +44 2380825418, Email: steve.jerrim@uhs.nhs.uk
       Contact: Steve Jerrim
       Main Address: www.uhs.nhs.uk
       NUTS Code: UKJ32

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: UHS10831 Spend Control & Accounting Solution            
      Reference number: UHS10831

      II.1.2) Main CPV code:
         72212440 - Financial analysis and accounting software development services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: University Hospital Southampton NHS Foundation Trust is undertaking to source a Spend Control and Accounting Solution to include:
LOT 1.A Finance Accounting Service comprising Finance Accounting Software, Finance Reporting Software, Business Intelligence and Reporting capability, Planning & Forecasting. LOT 2.A spend management system comprising E Sourcing Software, Contract Management Software, E Catalogue Software, Purchase to Pay and an E Supplier Portal. LOT 3.A invoice scanning service comprising Receipt of Paper Invoices from suppliers, Scanning Invoices, OCR capture and validation,Verify, Allocate and Initiate Workflow.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                     
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Finance & Accounting System   
      Lot No:1.

      II.2.2) Additional CPV code(s):
            48440000 - Financial analysis and accounting software package.


      II.2.3) Place of performance
      Nuts code:
      UKJ32 - Southampton
   
      Main site or place of performance:
      Southampton
             

      II.2.4) Description of the procurement: To incorporate:
Finance & Accounting Software
Financial Reporting Software
Business Intelligence and Reporting capability
Planning and Forecasting Software (Optional requirement)

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      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: Only the top scoring bidders (maximum of 6) will proceed beyond the PQQ stage. If there is an equal score that falls within the top 6 then this bidder will also be invited beyond the PQQ stage.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Spend Management System   
      Lot No:2.

      II.2.2) Additional CPV code(s):
            48490000 - Procurement software package.


      II.2.3) Place of performance
      Nuts code:
      UKJ32 - Southampton
   
      Main site or place of performance:
      Southampton
             

      II.2.4) Description of the procurement: To incorporate:
E-sourcing Software
Contract Management Software
E-catalogue Software
Purchase to Pay System
Business Intelligence and Reporting capability
E-supplier portal / capability

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      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: Only the top scoring bidders (maximum of 6) will proceed beyond the PQQ stage. If there is an equal score that falls within the top 6 then this bidder will also be invited beyond the PQQ stage.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Invoice Scanning Service   
      Lot No:3.

      II.2.2) Additional CPV code(s):
            79999000 - Scanning and invoicing services.


      II.2.3) Place of performance
      Nuts code:
      UKJ32 - Southampton
   
      Main site or place of performance:
      Southampton
             

      II.2.4) Description of the procurement: To incorporate:
Receipt of paper invoices from suppliers
Scanning invoices
OCR capture & validation
Verify, allocate and initiate workflow

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      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: Only the top scoring bidders (maximum of 6) will proceed beyond the PQQ stage. If there is an equal score that falls within the top 6 then this bidder will also be invited beyond the PQQ stage.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive procedure with negotiation


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: UHS10831    
   Lot Number: 1    
   Title: Finance & Accounting System

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/02/2017

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             CSC Computer Sciences Ltd
             Royal Pavilion, Aldershot, United Kingdom
             NUTS Code: UKJ32
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: UHS10831-2    
   Lot Number: 2    
   Title: Spend Management System

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 27/02/2017

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Wax Digital
             Grafton Street, Hyde, Tameside, United Kingdom
             NUTS Code: UKJ32
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1,000,000          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: UHS10831-3    
   Lot Number: 3    
   Title: Scanning Services

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2016 - 213061

Section VI: Complementary information

   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.

There will be a requirement for Lots 1 and Lots 2 to be fully integrated / interfaced with each other.

The Tender documents will initially be included for information and not for completion and are uploaded as attachments under the PQQ.
Only those bidders that are short-listed to proceed to the ITT Stage will be invited to complete the Tender documents when the Tender Box in Delta Solution is made available.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=242371385

   VI.4) Procedures for review

      VI.4.1) Review body
          University Hospital Southampton NHS Foundation Trust
          Graham Road, Southampton, SO14 0YG, United Kingdom
          Tel. +44 2380825418

      VI.4.2) Body responsible for mediation procedures
          University Hospital Southampton NHS Foundation Trust
          Graham Road, Southampton, SO14 0YG, United Kingdom
          Tel. +44 2380825418

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          University Hospital Southampton NHS Foundation Trust
          Graham Road, Southampton, SO14 0YG, United Kingdom
          Tel. +44 2380825418

   VI.5) Date of dispatch of this notice: 20/03/2017