Barts Health NHS Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Financial & Procurement Support & Maintenance for Trust's Oracle e-Business Suite v 12.1.3 |
Notice type: | Contract Notice |
Authority: | Barts Health NHS Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Financial & Procurement Support & Maintenance for the Trust’s Oracle e-Business Suite version 12.1.3. This service is to include technical/functional support and include DBA and discoverer support. Part of the service is also to include support for the existing Dell hardware, the Linux operating system. The service must also include technical & functional support for the version 1 software used to print, fax, email documents, OCR & PDF Scanning and Qlikview BI Reporting. All prospective bidders must be able to demonstrate capability and provide references of providing similar services in relation to the Oracle e-Business Suite, Version One toolset and Qlikview BI toolset within the UK Healthcare market. All bidders must be N3 Certified. This contract is initially for Barts Health NHS Trust and Homerton University Hospital but the Trust reserves the right to include other NHS Trusts who may choose to join this collaboration throughout the contract duration. |
Published: | 29/01/2013 10:21 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Barts Health NHS Trust
Procurement Department, 9 Prescot Street, Aldgate, London, E1 8PR, United Kingdom
Tel. +44 2074804617, Email: Tenders@bartshealth.nhs.uk, URL: www.bartshealth.nhs.uk
Attn: Paul Younger
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:
Regional or local authority
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: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Financial & Procurement Support & Maintenance for Trust's Oracle e-Business Suite v 12.1.3
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
Region Codes: UKI12 - Inner London - East
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement: Not Provided
II.1.5)Short description of the contract or purchase:
Computer support and consultancy services. Computer support services. Technical computer support services. Financial & Procurement Support & Maintenance for the Trust’s Oracle e-Business Suite version 12.1.3. This service is to include technical/functional support and include DBA and discoverer support. Part of the service is also to include support for the existing Dell hardware, the Linux operating system. The service must also include technical & functional support for the version 1 software used to print, fax, email documents, OCR & PDF Scanning and Qlikview BI Reporting. All prospective bidders must be able to demonstrate capability and provide references of providing similar services in relation to the Oracle e-Business Suite, Version One toolset and Qlikview BI toolset within the UK Healthcare market. All bidders must be N3 Certified. This contract is initially for Barts Health NHS Trust and Homerton University Hospital but the Trust reserves the right to include other NHS Trusts who may choose to join this collaboration throughout the contract duration.
II.1.6)Common Procurement Vocabulary:
72600000 - Computer support and consultancy services.
72610000 - Computer support services.
72611000 - Technical computer support services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Not Provided
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
Duration in months: 60 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
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:
The Authority 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.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
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.
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.
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: Restricted
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: 5
Objective Criteria for choosing the limited number of candidates:
A Pre-Qualification Questionnaire will be issued to identify those companies who will be invited to tender.
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated below
Criteria - Weighting
Ability to fulfil specification - 35
Cost, added value and innovation - 35
After sales support - 15
Quality of proposed resources - 15
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: T04-13
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 11/03/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 01/04/2013
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: No
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: This contract is initially for Barts Health NHS Trust and Homerton University Hospital but the Trust reserves the right to include other NHS Trusts who may decide to join this collaboration. The service is for an initial period of 5 years with two further extensions of one year dependent upon satisfactory performance and subject to the agreement of both parties. Hence this is a 5+1+1 contract with a maximum duration of 7 years.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=50388835
GO-2013129-PRO-4550233 TKR-2013129-PRO-4550232
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Barts Health NHS Trust
Deputy Trust Secretary, 5th Floor Aneurin Bevan House, 81 Commercial Road, London, E1 1RD, United Kingdom
Tel. +44 2070925202, URL: www.bartshealth.nhs.uk
Body responsible for mediation procedures:
Barts Health NHS Trust
United Kingdom
Tel. +44 2034165000
VI.4.2)Lodging of appeals: Not Provided
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: 29/01/2013
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Homerton University Hospital NHS Foundation Trust
Homerton Row, London, E9 6SR, United Kingdom
View any Notice Addenda
Section I: Contracting Authority
Title: UK-London: Computer support and consultancy services.
I.1)Name, Addresses And Contact Point(s)
Barts Health NHS Trust
Procurement Department, 9 Prescot Street, Aldgate, London, E1 8PR, United Kingdom
Tel. +44 2074804617, Email: Tenders@bartshealth.nhs.uk, URL: www.bartshealth.nhs.uk
Attn: Paul Younger
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Financial & Procurement Support & Maintenance for Trust's Oracle e-Business Suite v 12.1.3
II.1.2)Short description of the contract or purchase:
Computer support and consultancy services. Computer support services. Technical computer support services. Financial & Procurement Support & Maintenance for the Trust’s Oracle e-Business Suite version 12.1.3. This service is to include technical/functional support and include DBA and discoverer support. Part of the service is also to include support for the existing Dell hardware, the Linux operating system. The service must also include technical & functional support for the version 1 software used to print, fax, email documents, OCR & PDF Scanning and Qlikview BI Reporting. All prospective bidders must be able to demonstrate capability and provide references of providing similar services in relation to the Oracle e-Business Suite, Version One toolset and Qlikview BI toolset within the UK Healthcare market. The successful supplier will need to deliver this service over the N3 network. This contract is initially for Barts Health NHS Trust and Homerton University Hospital but the Trust reserves the right to include other NHS Trusts who may choose to join this collaboration throughout the contract duration.
II.1.3)Common procurement vocabulary:
72600000 - Computer support and consultancy services.
72610000 - Computer support services.
72611000 - Technical computer support services.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Restricted
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: T04-13
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2013 - 098610
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 29/01/2013
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Correction
Additional Information
VI.3)Information to be corrected or added
VI.3.1) Both
Modification of original information submitted by the contracting authority.
Publication on TED not compliant with original information provided by the contracting authority.
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
Place of text to be modified: II 1.2
Instead of: All bidders must be N3 certified
Read: The succesful supplier will need to deliver this service over the N3 network
VI.3.4)Dates to be corrected in the original notice: Not Provided
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice:
Place of text to be added: VI 4
Text to be added: The successful supplier will need to deliver this service over the N3 network
VI.4)Other additional information:
This contract is initially for Barts Health NHS Trust and Homerton University Hospital but the Trust reserves the right to include other NHS Trusts who may decide to join this collaboration. The service is for an initial period of 5 years with two further extensions of one year dependent upon satisfactory performance and subject to the agreement of both parties. Hence this is a 5+1+1 contract with a maximum duration of 7 years. The successful supplier will need to deliver this service over the N3 network.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=52439995
GO-2013219-PRO-4598413 TKR-2013219-PRO-4598412
VI.5)Date of dispatch: 19/02/2013