Worcestershire Acute NHS Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Information and Communications Technology Services Agreement |
Notice type: | Contract Notice |
Authority: | Worcestershire Acute NHS Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Worcestershire Acute Hospitals Trust (WHAT) is leading a collaborative procurement on behalf of NHS organisations in the Worcestershire region for the provision of Information and Communications Technology (ICT) Services. The service recipients will include some or all of the following organisations: • Worcestershire Acute Hospitals Trust (WAHT) • Worcestershire Health & Care Trust (WHACT) • Redditch & Bromsgrove Clinical Commissioning Group • South Worcestershire Clinical Commissioning Group • Wyre Forest Clinical Commissioning Group The service recipients may also include other NHS organisations as required. |
Published: | 23/04/2013 08:21 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Worcestershire Acute Hospitals NHS Trust
Worcester Royal Hospital, Charles Hastings Way, Worcester, WR5 1DD, United Kingdom
Tel. +44 1527512137, Fax. +44 1527502822, Email: charlotte.kings@worcsacute.nhs.uk
Contact: Procurement and Supplies, Alexandra Hospital, Redditch, Worcestershire, B98 7UB, Attn: Charlotte Kings
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: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Information and Communications Technology Services Agreement
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
Region Codes: UK - UNITED KINGDOM
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:
Framework agreement with a single operator
Duration of the framework agreement:
Duration in year(s): 7
Justification for a framework agreement the duration of which exceeds four years:
Initially 5 years with an option to extend for up to a further 24 months. This framework will require TUPE and therefore is for longer than 4 years.
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 12,000,000 and 18,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
IT services: consulting, software development, Internet and support. Hardware consultancy services. Systems and technical consultancy services. Disaster recovery services. Help-desk and support services. Computer-related management services. Network management software services. Computer facilities management services. Computer support and consultancy services. Computer network services. Computer back-up services. Information systems and servers. Local area network. Network equipment. Wide area network. Worcestershire Acute Hospitals Trust (WHAT) is leading a collaborative procurement on behalf of NHS organisations in the Worcestershire region for the provision of Information and Communications Technology (ICT) Services.
The service recipients will include some or all of the following organisations:
• Worcestershire Acute Hospitals Trust (WAHT)
• Worcestershire Health & Care Trust (WHACT)
• Redditch & Bromsgrove Clinical Commissioning Group
• South Worcestershire Clinical Commissioning Group
• Wyre Forest Clinical Commissioning Group
The service recipients may also include other NHS organisations as required.
II.1.6)Common Procurement Vocabulary:
72000000 - IT services: consulting, software development, Internet and support.
72100000 - Hardware consultancy services.
72220000 - Systems and technical consultancy services.
72251000 - Disaster recovery services.
72253000 - Help-desk and support services.
72510000 - Computer-related management services.
72511000 - Network management software services.
72514000 - Computer facilities management services.
72600000 - Computer support and consultancy services.
72700000 - Computer network services.
72910000 - Computer back-up services.
48800000 - Information systems and servers.
32410000 - Local area network.
32420000 - Network equipment.
32430000 - Wide area network.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
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:
WAHT are looking to establish a contract for the provision of ICT Services that will accommodate the requirements of the Participating Organisations whilst achieving best value pricing.
Background – NHS Worcestershire
NHS Services in Worcestershire are currently provided by
• Worcestershire Acute Hospitals Trust (WAHT)
• Worcestershire Health & Care Trust (WHACT) – which came into existence on 1st July 2011 (made up of the Worcestershire Mental Health Partnership and the Provider Arm of Worcestershire Primary Care Trust)
• Across the county approximately 66 General Practices exist, varying in size and complexity.
The organisations provide a wide range of services to a population of around 550,000 people in Worcestershire as well as caring for patients from surrounding counties and further afield.
Due to the NHS White Paper (Equity & Excellence: Liberating the NHS), the Transforming Community Services project, and quality and efficiency initiatives, NHS commissioning organisations & service providers will be changing greatly over the coming years which has prompted a review of many ways of working; including contracts and support costs.
As a result there some organisational changes came into effect formally on 1st April 2013
• 3 Clinical Commissioning Groups – who now provide the commissioning function once the Commissioning Arm of Worcestershire PCT (NHS Worcestershire) ceased in April 2013
o Redditch & Bromsgrove Clinical Commissioning Group
o South Worcestershire Clinical Commissioning Group
o Wyre Forest Clinical Commissioning Group
Note: The 66 General Practice organisations will be aligned within the 3 Clinical Commissioning Groups
The local CSU (Commissioning Support Unit) has been identified as the Arden Cluster which is also participating in this Project.
Both the Worcestershire Acute Hospitals Trust (WAHT) & Worcestershire Health & Care Trust (WHACT) are individually pursuing Foundation Trust status.
The scope of participation in any contract awarded as a result of this project may or may not include any of the above organisations, or other organisations not currently identified in this PQQ.
Background – Current Service Provision
Information and Communication Technology services for the above organisations have been supported by the Worcestershire Health ICT Services (WHITS) since 2005 on an internal NHS Support Services basis hosted by Worcestershire Acute Hospitals Trust (WAHT).
Worcestershire Health IT Services (WHITS) (http://www.worcsict.nhs.uk/) currently operates a Shared Service Centre (SSC) for IT service provision to three main client organisations – Worcestershire Acute Hospitals NHS Trust, Worcestershire Mental Health PartnershipHealth and Care NHS Trust, and Worcestershire PCT. This SSC supports approximately ten thousand (10,000) IT users and providing services in the following areas:
• Desktop Support
• Help Desk
• Server Management and Support
• Network Infrastructure
• IT Training
• Clinical Informatics/Library Services
• IT Strategic Advice
• Procurement
• IT Security
• Programme/Project Management
Currently, the requirements of Worcestershire Acute Hospitals NHS Trust and Worcestershire Mental Health PartnershipHealth and Care NHS Trust form some 85% of the demand for IT Services of activity across the Worcester Health Economy
From April 1st 2013, and the cessation of Worcestershire PCT, WHITs continued to provide services to the successor organisations outlined earlier as well as continuing to provide services to Worcestershire Acute Hospitals NHS Trust and Worcestershire Health and Care Mental Health Partnership NHS Trust.
Please note that the organisational configuration described above is correct at the time of publication but may be subject to change.
Background – Drivers for Change
The Government’s Health and Social Care Bill, published in 2011, triggered a radical re-structuring of the NHS to implement significant reforms and transformation in the delivery of clinical and care services. ICT is recognised as being critical to implementing these reforms.
The emerging challenges triggered a review of the WHITS shared service operation and its capability and future potential to support current and future services, support transformation, and meet efficiency and value for money objectives. This review of WHITS structure and forward strategy took place in May 2012 with the support of external advisers.
Publication, in June 2012, of the government’s information strategy for the NHS, “the power of information”, provided a clear ‘localisation’ theme - decisions on ICT strategy and spend were placed in the hands of local Trusts. This re-emphasised the urgency for the development of an ICT services delivery strategy to meet the envisaged needs and challenges of the Worcestershire health economy.
An ICT Services Options Paper was developed in June/July 2012, again with the support of external advisors. The findings of the paper were subsequently refined and the ICT Services Sourcing Project defined and approved to refine and implement the agreed sourcing strategy.
Sourcing Strategy
The WHITS and sourcing options reviews referenced above incorporated market analysis to support the developments of options and strategy. This analysis was extended both pre-and post-project initiation to support refinement of strategy and development of the project/procurement strategy.
The key points emerging from analysis of the current ICT services, NHS and sourcing markets, as they relate to this project, can be summarised as follows:
• The growing trend towards commoditisation in core infrastructure services, in particular, supports market testing in those areas
• The challenges facing the NHS (as described) indicate a fast growing demand for greater reliability, resilience, and capacity in ICT services
• The great majority of Trusts are reviewing their ICT services delivery strategy following the publication of the government Bill/policy as outlined above
• The NHS is increasing its use of outsourcing particularly in back office services such as ICT, Facilities Management, Finance, Purchasing and HR/Payroll to access the economies of scale and efficient, reliable delivery models offered by long-established and proven providers of services
The sourcing strategy agreed in outline is as follows:
• Put core infrastructure services (data centre, desktop, help desk, networks, server management etc) out for market test and potential external delivery
• Re-organise the internal organisation to retain, and enhance, NHS-specific skills in a Trust-specific context e.g. project management, training, strategy development
• Initially retain other functions (e.g. Application Services & Clinical Information) prior to future evaluation of options for service delivery
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
Starting:
Completion:
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:Yes
If Yes, description of particular conditions:
Key performance indicators to be agreed to monitor contract performance.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
As per pre-qualification and invitation to tender documentation.
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:
As per pre-qualification and invitation to tender documentation.
Minimum Level(s) of standards possibly required:
As per pre-qualification and invitation to tender documentation.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As per pre-qualification and invitation to tender documentation.
Minimum Level(s) of standards possibly required:
As per pre-qualification and invitation to tender documentation.
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: No
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: 6
Objective Criteria for choosing the limited number of candidates:
As per pre-qualification and invitation to tender documentation.
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: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: W153
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 30/05/2013
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 31/05/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 01/07/2013
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: 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: As per pre-qualification and invitation to tender documentation.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=44368974
GO-2013423-PRO-4752273 TKR-2013423-PRO-4752272
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Worcestershire Acute Hospitals NHS Trust
United Kingdom
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: 23/04/2013
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
Worcestershire Health and Care NHS Trust
Isaac Maddox House, Shrub Hill Road, Worcester, WR4 9RW, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Redditch and Bromsgrove CCG
Hillview Medical Centre, 60 Bromsgrove Road, Redditch, B97 4RN, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
NHS South Worcestershire Clinical Commissioning Group
The Coach House, John Comyn Drive, Perdiswell, Worcester, WR3 7NS, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
NHS Wyre Forest Clinical Commissioning Group
Barnsley Court, Barnsley Hall Road, Bromsgrove, B61 0TX, United Kingdom