Ambulance Radio Programme, Department of Health: Ambulance Mobilisation Application and Associated Services (“MP1”)

  Ambulance Radio Programme, Department of Health is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Ambulance Mobilisation Application and Associated Services (“MP1”)
Notice type: Contract Notice
Authority: Ambulance Radio Programme, Department of Health
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: The Authority is seeking to procure Ambulance Mobilisation Application and Associated Services (“MP1”) on behalf of itself, the Secretary of State for Health and the 13 NHS Trusts/ Foundation Trusts/ Ambulance Trusts (the “Trusts”) listed in Annex A. The Secretary of State for Health will sign the procured contract, whilst the Trusts will be the service recipients for the purposes of that contract. MP1 forms part of the Authority’s Mobile Data and Vehicle Solution Programme (“MDVS”), and the wider Ambulance Radio Programme (“ARP”). The ARP aims to roll out and deliver an integrated control room and mobile data vehicle solution for the NHS Ambulance service nationally in England, and potentially in the Welsh Ambulance Service NHS Trust (“WAST”) and the Scottish Ambulance Service Board (“SAS”). WAST and/or SAS may decide not to adopt MP1, so bidders should note that they both remain optional Service Recipients. Please see further detail provided below.
Published: 01/12/2016 11:29
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-London: Software package and information systems.
Section I: Contracting Authority
      I.1) Name and addresses
             The Secretary of State for Health (acting through The Department of Health) (the "Authority") c/o Ambulance Radio Programme
             Stephenson House, 75 Hampstead Road, London, NW1 2PL, United Kingdom
             Email: arp.pmo@nhs.net
             Contact: Ambulance Radio Programme Commercial Manager
             Main Address: http://www.delta-esourcing.com, Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: English Law       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: http://www.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com 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: http://www.delta-esourcing.com
      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: Ambulance Mobilisation Application and Associated Services (“MP1”)       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      48000000 - Software package and information systems.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Authority is seeking to procure Ambulance Mobilisation Application and Associated Services (“MP1”) on behalf of itself, the Secretary of State for Health and the 13 NHS Trusts/ Foundation Trusts/ Ambulance Trusts (the “Trusts”) listed in Annex A.
The Secretary of State for Health will sign the procured contract, whilst the Trusts will be the service recipients for the purposes of that contract.
MP1 forms part of the Authority’s Mobile Data and Vehicle Solution Programme (“MDVS”), and the wider Ambulance Radio Programme (“ARP”). The ARP aims to roll out and deliver an integrated control room and mobile data vehicle solution for the NHS Ambulance service nationally in England, and potentially in the Welsh Ambulance Service NHS Trust (“WAST”) and the Scottish Ambulance Service Board (“SAS”).
WAST and/or SAS may decide not to adopt MP1, so bidders should note that they both remain optional Service Recipients. Please see further detail provided below.       
      II.1.5) Estimated total value:
      Value excluding VAT: 14,420,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      32000000 - Radio, television, communication, telecommunication and related equipment.
      64200000 - Telecommunications services.
      72000000 - IT services: consulting, software development, Internet and support.
      72200000 - Software programming and consultancy services.
      72210000 - Programming services of packaged software products.
      72212000 - Programming services of application software.
      72260000 - Software-related services.
      72261000 - Software support services.
      72262000 - Software development services.
      72263000 - Software implementation services.
      72265000 - Software configuration services.
      72266000 - Software consultancy services.
      72268000 - Software supply services.
      72254000 - Software Testing.
      72222300 - Information technology services.
      72228000 - Hardware integration consultancy services.
      30210000 - Data-processing machines (hardware).
      30211200 - Mainframe hardware.
      30212000 - Minicomputer hardware.
      30215000 - Microcomputer hardware.
      44316400 - Hardware.
      51611100 - Hardware installation services.
      50312610 - Maintenance of information technology equipment.
      98391000 - Decommissioning services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: MP1 will comprise Mobilisation Application and Associated Services. MP1 will be procured using the competitive dialogue procedure in accordance with Regulation 30 of the Public Contracts Regulations 2015 (“PCR”). The competitive dialogue procedure will take place in successive stages and the dialogue will continue until the Authority can identify a solution capable of meeting its needs (Regulations 30(12) and (14) PCR). The Authority does not intend to carry out a dialogue in relation to all aspects of its requirement, further information is provided in the procurement documents.
Bidders should treat both WAST and SAS as within the scope of this procurement and should assume the same solution is required for these as the other eleven Trusts.
The duration of the contract in months specified in section II.2.7 comprises up to 24 months for the Implementation Phase and 60 months for the Operational Phase each as defined and further described in section VI.3 and the procurement documents. The option to extend the contract as identified in II.2.7 is further described in section V1.3 and the procurement documents. The estimated total value of the MP1 contract specified in section II.1.5 is for the duration of the contract specified in section II.2.7 and includes the optional scope of the WAST and SAS contracting authorities and the value associated with the maximum possible contract extension of 2 years.
The Mobilisation Application will enable mission critical communications between responding resources and control rooms. The scope of MP1 includes delivery of a highly available and resilient Ambulance Mobilisation Application solution to enable dispatchers and other control room staff to rapidly communicate timely and accurate information as efficiently as possible to responders such as Paramedics, Nurses, GP’s, and community responders. The solution will need to be capable of meeting the needs of a 24/7 and 365 (or 366) days ambulance service, and will provide enhancements to existing commercial offerings readily available in the market to include: specific ambulance service functionality and system interfaces; other mission critical public safety functionality and services, including appropriate security, additional resilience, and enhanced availability. The supplier will also provide a series of associated services including: design; development; acceptance; transition; deployment; testing; maintenance; support; and training services as further set out in Schedule 2.1 (Services Description) of Part C of the ITPD, which also includes current device, vehicle and user numbers.
MP1 will maximise the use of open standards and support the use of published application programme interfaces. MP1 will be managed by a multi-disciplinary authority team capable of guiding developments whilst adopting agile methodologies to ensure users requirements are met.
The MP1 solution will not be required to connect to any legacy systems, although the Supplier will need to support users as they transition from the incumbent supplier, Airwave, to the Emergency Services Network (“ESN”) and from the legacy MDVS to the new MDVS. The Authority is looking for a supplier who can develop an end-to-end design for MDVS and introduce transformation change to the current software solution.
Implementation of MP1 will be phased across each Trust and roll-out must be completed by the expiry of the Authority’s current ARP contracts.
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.
The Authority only intends to purchase hardware from the supplier which is bespoke to the software which it is offering to provide. The Authority does not intend to purchase commercial off the shelf (COTS) hardware or any other hardware in this procurement (which is not bespoke).
      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: 14,420,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: Yes       
      Description of renewals: Contract can be renewed for up to 2 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged number of candidates: 6
            
      Objective criteria for choosing the limited number of candidates: Please see the Pre-Qualification Questionnaire ("PQQ"). The Authority intends to invite six applicants to participate in competitive dialogue but reserves the right to invite less than six in accordance with Regulation 65 of the PCR, as set out in the PQQ.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The Authority has the option of extending the contract as set out in II.2.7. WAST and SAS have the option of using the services which the Authority is procuring by means of this contract notice. Please refer to section II.2.4 and VI.3 for further details.
      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 ARP is to deliver the replacement and next generation of control room and mobile data communications solutions into the Trusts, enabling them to benefit from technological advances and service innovations, which will enable improvements to patient care.       


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:          
      Please refer to the PQQ Document.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Please refer to the PQQ Document.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Please refer to the PQQ Document.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Please refer to the PQQ Document.    
      Minimum level(s) of standards possibly required (if applicable) :          
      Please refer to the PQQ Document.
      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       
      Please refer to the PQQ Document and the Draft Terms and Conditions.          
      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 COMPETITIVE_DIALOGUE
      IV.1.1) Type of procedure:Competitive dialogue    
   
   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: 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: 2016/S 180 - 322591       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 05/01/2017 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/01/2017       
      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): 12
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   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. If a group of economic operators submit a bid, the group must nominate a lead organisation to interface with the Authority. The Authority may require the group to form a legal entity before entering into the contract in accordance with Regulation 19(6) PCR. Expressions of interest must be made by way of completion and return of the PQQ by the date and time specified in IV.2.2. Economic operators who wish to participate may obtain the PQQ and other procurement documents from the BIP Delta Portal (https://www.delta-esourcing.com).
Please note that economic operators will firstly need to register for free through the portal and obtain log-in detail to access the documents. Bidders must not mark-up the contract as part of their Tender Response. The Authority will consider points raised on the contract by way of clarifications and it reserves the right to accept or reject them and to discuss these points in the dialogue meetings. The Authority reserves the right to make changes to the Contract at any time during the dialogue phase prior to issuing the Invitation to Submit Final Tender stage (“ITSFT”).
The information contained in this notice, including the list of CPV codes, is neither exhaustive nor binding, and may be amended at the time of issue of any further notice or notices or at any other time at the discretion of the Authority. Tenders and all supporting documentation must be priced in pounds sterling. Any resulting contract will be considered a contract made according to the law of England and Wales. The Authority is not and shall not be liable for any expenses, costs or liabilities incurred by those expressing an interest or negotiating or tendering for this contract opportunity or their associated entities or any other person. The Authority reserves the right not to award a contract to make whatever changes it sees fit to the structure, timing and rules of the procurement process and to cancel the process in its entirety at any stage.
The Authority will enter into a single contract with the Supplier which will cover service provision to all Trusts.
Contracting authorities listed are anticipated to transition to the ESN on a regional basis commencing in 2017, ending 31st December 2019. The MDVS Programme will need to closely adhere to the timescales of the ESN delivery to ensure critical communications are maintained.
The current ARP contract is set to expire on 31st December 2019 and the new solution will be required in respect of each Trust before this contract expiry date. Roll-out for each Trust must be completed by this expiry date. The implementation phase will include development of the new solution, testing, and setting up of the national integration in preparation for rolling out the new service on a phased Trust by Trust basis (the “Implementation Phase”). Subject to the timescales for transition to the ESN, it is anticipated that the Implementation Phase will be a maximum of 24 months but will vary depending on the date of contract award and timescales agreed with candidates as further detailed in the ITPD and the draft contract (Part C of the ITPD). There will then be an operational service phase in respect of each Trust (the “Operational Phase”), the term of which will be 5 years from go-live of the solution in that Trust (these 5 year periods will therefore run from different dates and not be co-terminus). There will be an option to extend the services received by each Trust on a Trust by Trust basis for up to 2 years in total.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./367W756YX9

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/367W756YX9
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Department of Health c/o Ambulance Radio Programme
       Stephenson House, 75 Hampstead Road, London, NW1 2PL, United Kingdom
   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: 01/12/2016

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
       South Western Ambulance Service NHS Foundation Trust
       Abbey Court, Eagle Way, Exeter, EX2 7HY, United Kingdom
       Email: arp.pmo@nhs.net
       Main Address: http://www.swast.nhs.uk
       NUTS Code: UK

   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
       East Midlands Ambulance Service NHS Trust, 1 Horizon Place
       Nottingham Business Park, Nottingham, NG8 6PY, United Kingdom
       Email: arp.pmo@nhs.net
       Main Address: http://www.emas.nhs.uk
       NUTS Code: UK

   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
       London Ambulance Service NHS Trust
       220 Waterloo Road, London, SE1 8SD, United Kingdom
       Email: arp.pmo@nhs.net
       Main Address: http://www.londonambulance.nhs.uk/
       NUTS Code: UK

   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
       North West Ambulance Service NHS Trust
       Ladybridge Hall Headquarters, Chorley New Road, Bolton, BL1 5DD, United Kingdom
       Email: arp.pmo@nhs.net
       Main Address: https://www.nwas.nhs.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      5: Contracting Authority
       Isle of Wight NHS Trust
       South Block, St. Mary's Hospital, Parkhurst Road, Newport, PO30 5TG, United Kingdom
       Email: arp.pmo@nhs.net
       Main Address: http://www.iow.nhs.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      6: Contracting Authority
       South Central Ambulance Service NHS Foundation Trust
       North Wing, Southern House, Sparrowgrove, Otterbourne, SO21 2RU, United Kingdom
       Email: arp.pmo@nhs.net
       Main Address: http://www.scas.nhs.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      7: Contracting Authority
       West Midlands Ambulance Service NHS Foundation Trust
       Millennium Point, Waterfront Business Park, Waterfront Way, Brierley Hill, DY5 1LX, United Kingdom
       Email: arp.pmo@nhs.net
       Main Address: http://www.wmas.nhs.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      8: Contracting Authority
       North East Ambulance Service NHS Foundation Trust
       Bernicia House, Goldcrest Way, Newburn, Riverside, Newcastle-upon-Tyne, NE15 8NY, United Kingdom
       Email: arp.pmo@nhs.net
       Main Address: https://www.neas.nhs.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      9: Contracting Authority
       Yorkshire Ambulance Service NHS Trust
       Springhill 2, Brindley Way, Wakefield 41 Business Park, Wakefield, WF2 0XQ, United Kingdom
       Email: arp.pmo@nhs.net
       Main Address: http://www.yas.nhs.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      10: Contracting Authority
       Welsh Ambulance Service NHS Trust
       H.M.Stanley Hospital, St Asaph, LL17 0RS, United Kingdom
       Email: arp.pmo@nhs.net
       Main Address: http://www.ambulance.wales.nhs.uk
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      11: Contracting Authority
       Scottish Ambulance Service Board
       National Headquarters, Gyle Square, 1 South Gyle Crescent, Edinburgh, EH12 9EB, United Kingdom
       Email: arp.pmo@nhs.net
       Main Address: http://www.scottishambulance.com/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      12: Contracting Authority
       East of England Ambulance Service NHS Trust
       Whiting Way, Melbourn, SG8 6EN, United Kingdom
       Email: arp.pmo@nhs.net
       Main Address: http://www.eastamb.nhs.uk/
       NUTS Code: UK

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      13: Contracting Authority
       South East Coast Ambulance Service NHS Foundation Trust
       40-42 Friars Walk, Lewes, BN7 2XW, United Kingdom
       Email: arp.pmo@nhs.net
       Main Address: http://www.secamb.nhs.uk/
       NUTS Code: UK

View any Notice Addenda

View Award Notice