Guy's & St Thomas' NHS Foundation Trust: Asset Tracking System

  Guy's & St Thomas' NHS Foundation Trust has published this notice through Delta eSourcing

Notice Summary
Title: Asset Tracking System
Notice type: Contract Notice
Authority: Guy's & St Thomas' NHS Foundation Trust
Nature of contract: Services
Procedure: Restricted
Short Description: Provision of a passive RFID tracking system (with the option to utilise other tracking options) for medical equipment within each Hospital Site. Ability to scale up the scope of the system to manage other asset groups and ability to expand the deployment of the system to other NHS Trusts within South East London STP.
Published: 28/11/2018 00:44

View Full Notice

UK-London: Information technology services.
Section I: Contracting Authority
      I.1) Name and addresses
             Guy's & St Thomas' NHS Foundation Trust
             Procurement Department SmartTogether, 9th Floor, Borough Wing, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
             Tel. +44 02071887188, Email: david.lawson@gstt.nhs.uk
             Contact: David Lawson
             Main Address: https://www.guysandstthomas.nhs.uk
             NUTS Code: UKI
      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: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            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: Asset Tracking System       
      Reference Number: ST17-PO52
      II.1.2) Main CPV Code:
      72222300 - Information technology services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Provision of a passive RFID tracking system (with the option to utilise other tracking options) for medical equipment within each Hospital Site. Ability to scale up the scope of the system to manage other asset groups and ability to expand the deployment of the system to other NHS Trusts within South East London STP.       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: System elements include supply of Tags, Mobile/Fixed Readers, Software, Implementation Support, Standardised integration layer based on the GS1 and ISO EPCIS and CBV standard. Intention would be to undertake a phased implementation following an initial proof of concept pilot to track over 50,000 assets across at least 100 locations with the option to expand scope to cover other asset groups such as beds, wheelchairs, theatre case trolleys over time.
      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: 3,500,000       
      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: 24 months in 12 month intervals.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 5
            
      Objective criteria for choosing the limited number of candidates: Refer to SQ document uploaded into the delta Tender Box.
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: The Trust commissioned GS1 to review the requirement for asset tracking across different stakeholder groups and to recommend on options to take forward. A copy of the GS1 report is uploaded into the Delta e-tender box alongside the SQ response document to provide more detail of the Trust requirement.       


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:          
      Not Provided       
      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          
      Not Provided          
      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: Yes    

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   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 a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Contract period is 5 years with the option to extend for a further 2 years to reflect the planned phased implementation across different locations and asset groups.    
   
   
   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: 28/12/2018 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 11/01/2019       
      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 month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2023
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=361516221
   VI.4) Procedures for review
   VI.4.1) Review body:
             Guy's & St Thomas' NHS Foundation Trust
       Procurement Department SmartTogether, 9th Floor, Borough Wing, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
       Tel. +44 02071887188, Email: david.lawson@gstt.nhs.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 28/11/2018

Annex A


View any Notice Addenda

UK-London: Information technology services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Guy's & St Thomas' NHS Foundation Trust
       Procurement Department SmartTogether, 9th Floor, Borough Wing, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
       Tel. +44 02071887188, Email: david.lawson@gstt.nhs.uk
       Contact: David Lawson
       Main Address: https://www.guysandstthomas.nhs.uk
       NUTS Code: UKI

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Asset Tracking System      Reference number: ST17-PO52      
   II.1.2) Main CPV code:
      72222300 - Information technology services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Provision of a passive RFID tracking system (with the option to utilise other tracking options) for medical equipment within each Hospital Site. Ability to scale up the scope of the system to manage other asset groups and ability to expand the deployment of the system to other NHS Trusts within South East London STP.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 29/11/2018

VI.6) Original notice reference:

   Notice Reference:    2018 - 229074   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 28/11/2018

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.1.1)          
         Lot No: Not provided          
         Place of text to be modified: II.1.1)          
         Instead of: 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.          
         Read: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/4UD5397576

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050The 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.
                                    
   
VII.2) Other 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.
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/4UD5397576

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=361881085


View Award Notice