Royal Liverpool & Broadgreen University Hospitals NHS Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Contract for the supply of a hosted IT software system for managing clinical research studies |
Notice type: | Contract Notice |
Authority: | Royal Liverpool & Broadgreen University Hospitals NHS Trust |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | The Royal Liverpool & Broadgreen University Hospitals NHS Trust is the host organisation for the National Institute for Health Research (NIHR) Clinical Research Network, North West Coast (NIHR, CRN:NWC)We are looking to purchase a Local Portfolio Management System (LPMS) to help manage research studies across the NIHR, CRN:NWC.The system must be web based and must enable access across the NIHR, CRN: NWC to :-(i)Hold all information relating to studies(ii)Have sufficient security to enable staff to input or view studies by Trust only but also have the flexibility to allow read only access to others(iii)Input research data directly to the database(iv)Allow the download of data from other research systems(v)Allow the upload of data from the NIHR and the subsequent download of data to other CRN member research systems(vi)Work to an agreed, standards based supplier contract approved by NIHRThe system must be implemented within a short timeframe so an ‘off the shelf’ software system is required. The system must be operational in other sites in a research environment across multiple organisations.The system must be Web basedUse SSL/TSSL encryption and secondary authenticationHave screen displays and user manuals in EnglishBe scalable so that it can be used across multiple organisationsThe NHIR, CRN has worked with all major LPMS stakeholders to create the LPMS Systems of Choice Framework, which is a set of documentation which provides guidance on contracting with the Suppliers, levels of functionality specifications and service management approach to help support selection of an appropriate LPMS.NWC will follow the guidance provided in these documents, which are available at www.crn.nihr.ac.uk/evolving_the_network/local_portfolio_management_system |
Published: | 05/09/2014 11:57 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Royal Liverpool & Broadgreen University Hospitals NHS Trust, RQ6
Prescot Street, Prescot Streef, Liverpool, L7 8XP, United Kingdom
Tel. +44 1517062243, Email: Les.Stamper@rlbuht.nhs.uk
Contact: Mr Les Stamper, Attn: Les Stamper - Purchasing Manager
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: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Contract for the supply of a hosted IT software system for managing clinical research studies
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
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:
Computer-related services. The Royal Liverpool & Broadgreen University Hospitals NHS Trust is the host organisation for the National Institute for Health Research (NIHR) Clinical Research Network, North West Coast (NIHR, CRN:NWC)We are looking to purchase a Local Portfolio Management System (LPMS) to help manage research studies across the NIHR, CRN:NWC.The system must be web based and must enable access across the NIHR, CRN: NWC to :-(i)Hold all information relating to studies(ii)Have sufficient security to enable staff to input or view studies by Trust only but also have the flexibility to allow read only access to others(iii)Input research data directly to the database(iv)Allow the download of data from other research systems(v)Allow the upload of data from the NIHR and the subsequent download of data to other CRN member research systems(vi)Work to an agreed, standards based supplier contract approved by NIHRThe system must be implemented within a short timeframe so an ‘off the shelf’ software system is required. The system must be operational in other sites in a research environment across multiple organisations.The system must be Web basedUse SSL/TSSL encryption and secondary authenticationHave screen displays and user manuals in EnglishBe scalable so that it can be used across multiple organisationsThe NHIR, CRN has worked with all major LPMS stakeholders to create the LPMS Systems of Choice Framework, which is a set of documentation which provides guidance on contracting with the Suppliers, levels of functionality specifications and service management approach to help support selection of an appropriate LPMS.NWC will follow the guidance provided in these documents, which are available at www.crn.nihr.ac.uk/evolving_the_network/local_portfolio_management_system
II.1.6)Common Procurement Vocabulary:
72500000 - Computer-related services.
JA02-4 - For computer software
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: No
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: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
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:
Information and formalities necessary for evaluation if the requirements are met: Interested economic operatorsare required to request and complete a pre-qualification questionnaire (PQQ) from the contact detailed in I.1,
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Information and formalities necessary for evaluation if the requirements are met: Interested economic operatorsare required to request and complete a pre-qualification questionnaire (PQQ) from the contact detailed in I.1
Minimum Level(s) of standards possibly required:
Information and formalities necessary for evaluation if the requirements are met: Interested economic operatorsare required to request and complete a pre-qualification questionnaire (PQQ) from the contact detailed in I.1
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Information and formalities necessary for evaluation if the requirements are met: Interested economic operatorsare required to request and complete a pre-qualification questionnaire (PQQ) from the contact detailed in I.1
Minimum Level(s) of standards possibly required:
Information and formalities necessary for evaluation if the requirements are met: Interested economic operatorsare required to request and complete a pre-qualification questionnaire (PQQ) from the contact detailed in I.1
III.2.4)Information about reserved contracts: 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:
Not Provided
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: LPMS1
IV.3.2)Previous publication(s) concerning the same contract: No
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: 13/10/2014
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: 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: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Liverpool:-Computer-related-services./538U9A99P5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/538U9A99P5
GO-201495-PRO-5980618 TKR-201495-PRO-5980617
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
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: 05/09/2014
ANNEX A