Great Ormond Street Hospital for Children NHS Trust : Integration System & related services

  Great Ormond Street Hospital for Children NHS Trust has published this notice through Delta eSourcing

Notice Summary
Title: Integration System & related services
Notice type: Contract Notice
Authority: Great Ormond Street Hospital for Children NHS Trust
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: The trust is seeking to procure an integration system and related services. The system will support the key operations of message validation, enrichment and routing, and connections to other systems over a wide variety of communication protocols. It will be possible to deploy such operations in a distributed server environment that promotes high levels of performance, integrity, security, availability and extensibility. There will be sophisticated tools for the management of production environments and for the development of message templates, operations and connectors. The system must be able to support all message formats and integration patterns in common use within healthcare and the NHS in particular. The trust requires the following services: installation and implementation, including pre-configuration of health-orientated messages and operations; training on development and management tools; on-going support and upgrades; consultancy and development services.
Published: 25/01/2013 17:27

View Full Notice

UK-London: Information technology services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Great Ormond Street Hospital for Children NHS Foundation Trust
      Great Ormond Street, London, WC1N 3JH, United Kingdom
      Tel. +44 2078298667, Fax. +44 2072424901, Email: kim.hillman@gosh.nhs.uk, URL: www.gosh.nhs.uk
      Attn: Kim Hillman

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Health

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Integration System & related services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Information technology services. Software integration consultancy services. Hardware integration consultancy services. Installation services of computers and information-processing equipment. The trust is seeking to procure an integration system and related services. The system will support the key operations of message validation, enrichment and routing, and connections to other systems over a wide variety of communication protocols. It will be possible to deploy such operations in a distributed server environment that promotes high levels of performance, integrity, security, availability and extensibility.
There will be sophisticated tools for the management of production environments and for the development of message templates, operations and connectors. The system must be able to support all message formats and integration patterns in common use within healthcare and the NHS in particular.
The trust requires the following services: installation and implementation, including pre-configuration of health-orientated messages and operations; training on development and management tools; on-going support and upgrades; consultancy and development services.
         
      II.1.6)Common Procurement Vocabulary:
         72222300 - Information technology services.
         
         72227000 - Software integration consultancy services.
         
         72228000 - Hardware integration consultancy services.
         
         51610000 - Installation services of computers and information-processing equipment.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided      
      II.1.8)Lots:
         This contract is divided into lots: Not Provided
      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided

Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Deposits and guarantees may be required.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      To be advised as part of the process
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several liability. If a contract is awarded to a consortium, applicants will be required to nominate a leadservice provider with whom the contracting authority can contract, or form themselves into a single legal entitybefore contract award. The contracting authority may award more than one contract for all, or part only of theservices/products required.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         to be demonstrated at PQQ
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         to be demonstrated at PQQ      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 3 and maximum number: 6         
         Objective Criteria for choosing the limited number of candidates:
         to be advised as part of the process      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 04/03/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   VI.3)Additional Information: Tenders and all supporting documentation will only be issued those suppliers who are shortlisted at PQQ stage. All documents must be priced in sterling. Suppliers who wish to express an interest in this contract notice must do so only via the e-sourcing portal e-mail
The awarding authority reserves the right not to proceed with the process at any stage of the procurement andshall not be liable for any abortive costs incurred. The Trust reserves the right to award contracts to one or more bidder and/or to split the award.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=50203802
GO-2013125-PRO-4541859 TKR-2013125-PRO-4541858
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: The Trust will incorporate the mandatory 10 day stand still   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 25/01/2013

ANNEX A

View any Notice Addenda

View Award Notice