Wessex NHS: UHS13343 Business Intelligence Platform

  Wessex NHS is using Delta eSourcing to run this tender exercise

Notice Summary
Title: UHS13343 Business Intelligence Platform
Notice type: Contract Notice
Authority: Wessex NHS
Nature of contract: Services
Procedure: Negotiated
Short Description: The Business Intelligence Platform requires design and build of a data warehouse, hosting and BI tools.
Published: 23/08/2019 11:52
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-Southampton: Business intelligence software development services.
Section I: Contracting Authority
      I.1) Name and addresses
             University Hospital Southampton NHS Foundation Trust
             Graham Road, Southampton, SO14 0YG, United Kingdom
             Tel. +44 2380540049, Email: steve.jerrim@uhs.nhs.uk
             Contact: Steve Jerrim
             Main Address: www.uhs.nhs.uk
             NUTS Code: UKJ32
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: www.uhs.nhs.uk
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=423085964 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: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: UHS13343 Business Intelligence Platform       
      Reference Number: UHS13343
      II.1.2) Main CPV Code:
      72212482 - Business intelligence software development services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Business Intelligence Platform requires design and build of a data warehouse, hosting and BI tools.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Full details can be found in the procurement documentation and additionally at VI.3 Additional Information in this notice.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Business Intelligence Tools (BI)       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      72212482 - Business intelligence software development services.
      
      II.2.3) Place of performance:
      UKJ32 Southampton
      
      II.2.4) Description of procurement: The BI tools will be available to all members of staff across the organisation, although it is expected that only a proportion of these will actively use the system. User volumes will start off low and increase over the life of the project, with up to 1000 daily users anticipated.
The specification for this Lot is listed within the ‘Lot 1 BI Tools Detailed Requirements’ section (linked to here on page 3), however in summary they will allow users to analyse and drill down in to data from across all of the data we have from source systems with appropriate security in place to restrict access where necessary.

There will be a range of visualisations supporting analysis, trends, mapping and predictive analytics in a high performing environment. The tools will be intuitive, easy to use and available from a PC, laptop and mobile device. Users will be able to set up personalised analyses and alerts and share useful information with others. They will also be able to subscribe to reports to be delivered to at least their email at a time and day of their choosing.

The development of core dashboards and other visualisations will be carried out by the UHS in-house BI development team, but it is expected that other teams within the organisation will also have the ability to create content. The tools will need to enable UHS to have a quality assurance process for dashboards and visualisations prior to their release to others. The BI tools will need to allow us to use ‘templates’ to apply the UHS style to enable quick development and consistent look and feel.

The BI tools will most likely be hosted in an industry grade cloud solution provided under Lot 2 of this procurement, although SaaS (Software as a Service) or on premises implementation will be considered.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: The Contract may be extended by a further 2 x 12 Months
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 2
             
      Objective criteria for choosing the limited number of candidates: Step 1
a)Prospective bidders are evaluated against the ‘Selection Questionnaire’ (SQ) document.
b)Bidders will then be invited to tender (ITT) for the Lot/s for which they have successfully passed the evaluation questions of the SQ.

Step 2
a)Tenders are evaluated against the ‘Technical Requirements’ document.
b)The top three scoring bids for each of the Lots will then be invited to take the technical assessment test (as detailed in ‘Bidder Task - Lots 1 & 3 - Evaluation Scoring’).

Step 3
a)Bidders take the relevant technical assessment test/s and are evaluated against the provided references/visit to the bidder’s client and the bidder’s submitted Pricing (see ‘Commercial Schedule – Evaluation Scoring’).
b)Bidders are allocated a total score against all four of the evaluation criteria, as detailed below in Table 1: Evaluation Breakdown.

The contract(s) will be awarded to the successful bidder(s)

Full details of the evaluation criteria can be found in the following documents. Before submitting your response, it is the bidder’s responsibility to make sure they have studied and made reference to all of the following:

Documents for reference:

1) ‘Selection Questionnaire’ (complete as appropriate to bid)

For which the following will be used to score applications
2) ‘SQ - Evaluation and Scoring’

3) ‘Specification and Tender Response Document’. This document also contains sections that detail the following:
- How responses to our technical criteria are scored.
i) Lots 1-3 - Evaluation and Scoring
- How references and a client site visit is to be scored.
ii) References and Site Visit - Evaluation and Scoring
- How a task for bids to Lots 1 & 3 is to be scored.
iii) Bidder Task - Lots 1 & 3 - Evaluation and Scoring- How Pricing is to be scored.
iv) Commercial - Evaluation and Scoring

4) Evaluation and Scoring documents in which bidders will be scored
a) ‘Lots 1 & 3 – Evaluation and Scoring’
b) ‘References and Site Visit - Evaluation and Scoring’
c) ‘Bidder Task - Lots 1 & 3 Evaluation and Scoring’
d) ‘Commercial - Evaluation and Scoring’

As referred to in the project timescale and description above it is required that any invited bids for Lots 1, 2 and 3 will be evaluated against a range of technical criteria, of which there is the requirement for the provision of both an implementation plan and deliverables.
Specifically, within the ‘Tender Overview Technical Specification and Tender Evaluation’ document there is the technical requirement that for Lot 1 ‘BI Tools’ and Lot 2 ‘Data warehouse and Hosting’, points 1.88 and 2.88 respectively that;

“Suppliers MUST set out in no more than 500 words, excluding the additional requirement of a chart, or charts e.g. Gantt style or otherwise, the steps and timescales involved in the initial product configuration and setup. Please list all steps that are required prior to the products initial use. It should be indicated where appropriate which items are the supplier's or the Trust's responsibility.”

Further and or also that for Lot 3 ‘Data Warehouse Design and Build’ invited bids should again, whilst meeting the other listed technical criteria, also furnish a response for which they will be evaluated to the criteria detailed within points 3.10 and 3.11 respectively that;

“The Trust has an ambition to provide the first working solution within 3 months of signing a contract. Suppliers MUST state if this is achievable and describe how they will deliver a first working solution of a data warehouse as described in Lot 2 and Lot 3 in this time frame.”

And that:

“Suppliers SHOULD outline their anticipated build programme in a Gantt-chart/s and/or similar and or no more than 500 words.”

The BI Platform is a significant enabler for the strategy and we are seeking supplier(s) who embrace our values (patients first, working together and always improving) and would like to make a difference to our communities through the use of data. Our preferred approach would be to work in partnership on this project and believe there may be the opportunity for the partnership to provide BI Platforms to others in the future.

If the relevant documentary evidence referred to in the Selection Questionnaire is not provided upon request and without delay we reserve the right to amend the contract award decision and award to the next compliant bidder.

Consequences of misrepresentation
If you seriously misrepresent any factual information in filling in the Selection Questionnaire, and so induce an authority to enter into a contract, there may be significant consequences. You may be excluded from the procurement procedure, and from bidding for other contracts for three years. If a contract has been entered into you may be sued for damages and the contract may be rescinded. If fraud, or fraudulent intent, can be proved, you or your responsible officers may be prosecuted and convicted of the offence of fraud by false representation, and you must be excluded from further procurement's for five years.  
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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 BI Platform project being tendered for is for a period of 5 years, with the reserved option of a 2 year extension. The build phase will run until March 2022; however we require early deliverable s by December 2019 to meet milestones within our Global Digital Exemplar programme.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Data Warehouse and Hosting       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      72212482 - Business intelligence software development services.
      
      II.2.3) Place of performance:
      UKJ32 Southampton
      
      II.2.4) Description of procurement: We invite suppliers to tender for delivery of a data warehouse product or product set, which will enable UHS to bring together data from a wide range of internal and external sources. It is envisaged that data feeds will occur at different frequencies, from near real time to annual loads. The data warehouse must be able to support large-scale concurrent use whilst data feeds are being processed.

Suppliers of the data warehouse are required to include the provision and management of the hosting solution for the data warehouse and potentially hosting of the BI tools to be supplied under Lot 1. The specification for this Lot is listed within the ‘Lot 2 Detailed Requirements’ section.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: The Contract may be extended by a further 2 x 12 Months
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 2
             
      Objective criteria for choosing the limited number of candidates: Step 1
a)Prospective bidders are evaluated against the ‘Selection Questionnaire’ (SQ) document.
b)Bidders will then be invited to tender (ITT) for the Lot/s for which they have successfully passed the evaluation questions of the SQ.

Step 2
a)Tenders are evaluated against the ‘Technical Requirements’ document.
b)The top three scoring bids for each of the Lots will then be invited to take the technical assessment test (as detailed in ‘Bidder Task - Lots 1 & 3 - Evaluation Scoring’).

Step 3
a)Bidders take the relevant technical assessment test/s and are evaluated against the provided references/visit to the bidder’s client and the bidder’s submitted Pricing (see ‘Commercial Schedule – Evaluation Scoring’).
b)Bidders are allocated a total score against all four of the evaluation criteria, as detailed below in Table 1: Evaluation Breakdown.

The contract(s) will be awarded to the successful bidder(s)

Full details of the evaluation criteria can be found in the following documents. Before submitting your response, it is the bidder’s responsibility to make sure they have studied and made reference to all of the following:

Documents for reference:

1) ‘Selection Questionnaire’ (complete as appropriate to bid)

For which the following will be used to score applications
2) ‘SQ - Evaluation and Scoring’

3) ‘Specification and Tender Response Document’. This document also contains sections that detail the following:
- How responses to our technical criteria are scored.
i) Lots 1-3 - Evaluation and Scoring
- How references and a client site visit is to be scored.
ii) References and Site Visit - Evaluation and Scoring
- How a task for bids to Lots 1 & 3 is to be scored.
iii) Bidder Task - Lots 1 & 3 - Evaluation and Scoring- How Pricing is to be scored.
iv) Commercial - Evaluation and Scoring

4) Evaluation and Scoring documents in which bidders will be scored
a) ‘Lots 1 & 3 – Evaluation and Scoring’
b) ‘References and Site Visit - Evaluation and Scoring’
c) ‘Bidder Task - Lots 1 & 3 Evaluation and Scoring’
d) ‘Commercial - Evaluation and Scoring’

As referred to in the project timescale and description above it is required that any invited bids for Lots 1, 2 and 3 will be evaluated against a range of technical criteria, of which there is the requirement for the provision of both an implementation plan and deliverables.
Specifically, within the ‘Tender Overview Technical Specification and Tender Evaluation’ document there is the technical requirement that for Lot 1 ‘BI Tools’ and Lot 2 ‘Data warehouse and Hosting’, points 1.88 and 2.88 respectively that;

“Suppliers MUST set out in no more than 500 words, excluding the additional requirement of a chart, or charts e.g. Gantt style or otherwise, the steps and timescales involved in the initial product configuration and setup. Please list all steps that are required prior to the products initial use. It should be indicated where appropriate which items are the supplier's or the Trust's responsibility.”

Further and or also that for Lot 3 ‘Data Warehouse Design and Build’ invited bids should again, whilst meeting the other listed technical criteria, also furnish a response for which they will be evaluated to the criteria detailed within points 3.10 and 3.11 respectively that;

“The Trust has an ambition to provide the first working solution within 3 months of signing a contract. Suppliers MUST state if this is achievable and describe how they will deliver a first working solution of a data warehouse as described in Lot 2 and Lot 3 in this time frame.”

And that:

“Suppliers SHOULD outline their anticipated build programme in a Gantt-chart/s and/or similar and or no more than 500 words.”

The BI Platform is a significant enabler for the strategy and we are seeking supplier(s) who embrace our values (patients first, working together and always improving) and would like to make a difference to our communities through the use of data. Our preferred approach would be to work in partnership on this project and believe there may be the opportunity for the partnership to provide BI Platforms to others in the future.

If the relevant documentary evidence referred to in the Selection Questionnaire is not provided upon request and without delay we reserve the right to amend the contract award decision and award to the next compliant bidder.

Consequences of misrepresentation
If you seriously misrepresent any factual information in filling in the Selection Questionnaire, and so induce an authority to enter into a contract, there may be significant consequences. You may be excluded from the procurement procedure, and from bidding for other contracts for three years. If a contract has been entered into you may be sued for damages and the contract may be rescinded. If fraud, or fraudulent intent, can be proved, you or your responsible officers may be prosecuted and convicted of the offence of fraud by false representation, and you must be excluded from further procurement's for five years.  
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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 BI Platform project being tendered for is for a period of 5 years, with the reserved option of a 2 year extension. The build phase will run until March 2022; however we require early deliverable s by December 2019 to meet milestones within our Global Digital Exemplar programme.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Design and Build (Data Warehouse)       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      72212482 - Business intelligence software development services.
      
      II.2.3) Place of performance:
      UKJ32 Southampton
      
      II.2.4) Description of procurement: The Trust is looking for a supplier to provide skilled, experienced and knowledgeable resources that can design and build a new data warehouse to industry standards. The Trust has a detailed understanding of the data and how it relates across the source systems, as well as very significant expertise in database technologies. Thus the supplier will be expected to collaborate with Trust staff, to make best use of the skills and knowledge from both parties.

Data sets will be brought online at different stages during the build period, and over the life of the system, it is anticipated that some of the source systems might change. There will therefore be a degree of ‘data stitching’ work to include as part of the warehouse development. Suppliers should evidence experience of both types of work.

The Trust already has an established integration engine – InterSystems Health Connect, into which many of the Trusts systems (see Table 1) feed (see Figure 1 Current System Feeds to UHS Integration Engine'). This incorporates the Spine Mini-Services Provider and we intend to manage the extraction and the majority of the translation prior to load into the data warehouse provided under Lot 2.

The design must support the ability to identify, resolve and report on any data quality issues found within the source data, whilst minimising the impact poor data quality has on submissions, reports or performance dashboards.

We anticipate a need for ongoing maintenance and further development after the initial build contract has come to an end. The bidder will involve with UHS Informatics staff during the design and build process to ensure sufficient knowledge-and-skills transfer for them to take on ongoing maintenance and development tasks. To support this, the supplier will be required to document and implement appropriate change control processes. The specification for this Lot is listed within the ‘Lot 3 Detailed Requirements’ section (linked to here on page 28).
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 2
             
      Objective criteria for choosing the limited number of candidates: Step 1
a)Prospective bidders are evaluated against the ‘Selection Questionnaire’ (SQ) document.
b)Bidders will then be invited to tender (ITT) for the Lot/s for which they have successfully passed the evaluation questions of the SQ.

Step 2
a)Tenders are evaluated against the ‘Technical Requirements’ document.
b)The top three scoring bids for each of the Lots will then be invited to take the technical assessment test (as detailed in ‘Bidder Task - Lots 1 & 3 - Evaluation Scoring’).

Step 3
a)Bidders take the relevant technical assessment test/s and are evaluated against the provided references/visit to the bidder’s client and the bidder’s submitted Pricing (see ‘Commercial Schedule – Evaluation Scoring’).
b)Bidders are allocated a total score against all four of the evaluation criteria, as detailed below in Table 1: Evaluation Breakdown.

The contract(s) will be awarded to the successful bidder(s)

Full details of the evaluation criteria can be found in the following documents. Before submitting your response, it is the bidder’s responsibility to make sure they have studied and made reference to all of the following:

Documents for reference:

1) ‘Selection Questionnaire’ (complete as appropriate to bid)

For which the following will be used to score applications
2) ‘SQ - Evaluation and Scoring’

3) ‘Specification and Tender Response Document’. This document also contains sections that detail the following:
- How responses to our technical criteria are scored.
i) Lots 1-3 - Evaluation and Scoring
- How references and a client site visit is to be scored.
ii) References and Site Visit - Evaluation and Scoring
- How a task for bids to Lots 1 & 3 is to be scored.
iii) Bidder Task - Lots 1 & 3 - Evaluation and Scoring- How Pricing is to be scored.
iv) Commercial - Evaluation and Scoring

4) Evaluation and Scoring documents in which bidders will be scored
a) ‘Lots 1 & 3 – Evaluation and Scoring’
b) ‘References and Site Visit - Evaluation and Scoring’
c) ‘Bidder Task - Lots 1 & 3 Evaluation and Scoring’
d) ‘Commercial - Evaluation and Scoring’

As referred to in the project timescale and description above it is required that any invited bids for Lots 1, 2 and 3 will be evaluated against a range of technical criteria, of which there is the requirement for the provision of both an implementation plan and deliverables.
Specifically, within the ‘Tender Overview Technical Specification and Tender Evaluation’ document there is the technical requirement that for Lot 1 ‘BI Tools’ and Lot 2 ‘Data warehouse and Hosting’, points 1.88 and 2.88 respectively that;

“Suppliers MUST set out in no more than 500 words, excluding the additional requirement of a chart, or charts e.g. Gantt style or otherwise, the steps and timescales involved in the initial product configuration and setup. Please list all steps that are required prior to the products initial use. It should be indicated where appropriate which items are the supplier's or the Trust's responsibility.”

Further and or also that for Lot 3 ‘Data Warehouse Design and Build’ invited bids should again, whilst meeting the other listed technical criteria, also furnish a response for which they will be evaluated to the criteria detailed within points 3.10 and 3.11 respectively that;

“The Trust has an ambition to provide the first working solution within 3 months of signing a contract. Suppliers MUST state if this is achievable and describe how they will deliver a first working solution of a data warehouse as described in Lot 2 and Lot 3 in this time frame.”

And that:

“Suppliers SHOULD outline their anticipated build programme in a Gantt-chart/s and/or similar and or no more than 500 words.”

The BI Platform is a significant enabler for the strategy and we are seeking supplier(s) who embrace our values (patients first, working together and always improving) and would like to make a difference to our communities through the use of data. Our preferred approach would be to work in partnership on this project and believe there may be the opportunity for the partnership to provide BI Platforms to others in the future.

If the relevant documentary evidence referred to in the Selection Questionnaire is not provided upon request and without delay we reserve the right to amend the contract award decision and award to the next compliant bidder.

Consequences of misrepresentation
If you seriously misrepresent any factual information in filling in the Selection Questionnaire, and so induce an authority to enter into a contract, there may be significant consequences. You may be excluded from the procurement procedure, and from bidding for other contracts for three years. If a contract has been entered into you may be sued for damages and the contract may be rescinded. If fraud, or fraudulent intent, can be proved, you or your responsible officers may be prosecuted and convicted of the offence of fraud by false representation, and you must be excluded from further procurement's for five years.  
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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 BI Platform project being tendered for is for a period of 5 years, with the reserved option of a 2 year extension. The build phase will run until March 2022; however we require early deliverable s by December 2019 to meet milestones within our Global Digital Exemplar programme.       


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:          
      Selection criteria as stated in the procurement documents    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      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       
      As defined within the procurement documentation and as worked up prior to contract award.          
      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: Yes    

Section IV: Procedure
   IV.1) Description NEGOTIATED
      IV.1.1) Type of procedure:   
   
   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.1.5) Information about negotiation: 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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 25/09/2019 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/10/2019       
      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: Not Provided      
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   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.

Information about Lots
Selected qualifying vendors will be invited to bid for 1 or more and or all of 3 Lots:
i) Lot 1 ii) Lot 2, or iii) Lot 3 – each Lot bid on separately and considered as single bids
and/or iv) Lots 1 and 2, v) Lots 1 and 3 or vi) Lots 2 and 3 – each Lot pair combination being bid on as separate combinations and/or vii) All Lots (1, 2 and 3) - It is possible for a bidder to have the highest score for an individual Lot and still not win the tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Business-intelligence-software-development-services./8V5D7Z6A5R

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8V5D7Z6A5R
   VI.4) Procedures for review
   VI.4.1) Review body:
             University Hospital Southampton NHS Foundation Trust
       Graham Road, Southampton, SO14 0YG, United Kingdom
       Tel. +44 2380540049
   VI.4.2) Body responsible for mediation procedures:
             University Hospital Southampton NHS Foundation Trust
          Graham Road, Southampton, SO14 0YG, United Kingdom
          Tel. +44 2380540049
   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:
          University Hospital Southampton NHS Foundation Trust
       Graham Road, Southampton, SO14 0YG, United Kingdom
       Tel. +44 2380540049
   VI.5) Date Of Dispatch Of This Notice: 23/08/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Southampton: Business intelligence software development services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       University Hospital Southampton NHS Foundation Trust
       Graham Road, Southampton, SO14 0YG, United Kingdom
       Tel. +44 2380540049, Email: steve.jerrim@uhs.nhs.uk
       Contact: Steve Jerrim
       Main Address: www.uhs.nhs.uk
       NUTS Code: UKJ32

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: UHS13343 Business Intelligence Platform            
      Reference number: UHS13343

      II.1.2) Main CPV code:
         72212482 - Business intelligence software development services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Business Intelligence Platform requires design and build of a data warehouse, hosting and BI tools.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 766,313
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Business Intelligence Tools (BI)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            72212482 - Business intelligence software development services.


      II.2.3) Place of performance
      Nuts code:
      UKJ32 - Southampton
   
      Main site or place of performance:
      Southampton
             

      II.2.4) Description of the procurement: The BI tools will be available to all members of staff across the organisation, although it is expected that only a proportion of these will actively use the system. User volumes will start off low and increase over the life of the project, with up to 1000 daily users anticipated.
The specification for this Lot is listed within the ‘Lot 1 BI Tools Detailed Requirements’ section (linked to here on page 3), however in summary they will allow users to analyse and drill down in to data from across all of the data we have from source systems with appropriate security in place to restrict access where necessary.

There will be a range of visualisations supporting analysis, trends, mapping and predictive analytics in a high performing environment. The tools will be intuitive, easy to use and available from a PC, laptop and mobile device. Users will be able to set up personalised analyses and alerts and share useful information with others. They will also be able to subscribe to reports to be delivered to at least their email at a time and day of their choosing.

The development of core dashboards and other visualisations will be carried out by the UHS in-house BI development team, but it is expected that other teams within the organisation will also have the ability to create content. The tools will need to enable UHS to have a quality assurance process for dashboards and visualisations prior to their release to others. The BI tools will need to allow us to use ‘templates’ to apply the UHS style to enable quick development and consistent look and feel.

The BI tools will most likely be hosted in an industry grade cloud solution provided under Lot 2 of this procurement, although SaaS (Software as a Service) or on premises implementation will be considered.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: The BI Platform project being tendered for is for a period of 5 years, with the reserved option of a 2 year extension. The build phase will run until March 2022; however we require early deliverable s by December 2019 to meet milestones within our Global Digital Exemplar programme.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Data Warehouse and Hosting   
      Lot No:2

      II.2.2) Additional CPV code(s):
            72212482 - Business intelligence software development services.


      II.2.3) Place of performance
      Nuts code:
      UKJ32 - Southampton
   
      Main site or place of performance:
      Southampton
             

      II.2.4) Description of the procurement: We invite suppliers to tender for delivery of a data warehouse product or product set, which will enable UHS to bring together data from a wide range of internal and external sources. It is envisaged that data feeds will occur at different frequencies, from near real time to annual loads. The data warehouse must be able to support large-scale concurrent use whilst data feeds are being processed.

Suppliers of the data warehouse are required to include the provision and management of the hosting solution for the data warehouse and potentially hosting of the BI tools to be supplied under Lot 1. The specification for this Lot is listed within the ‘Lot 2 Detailed Requirements’ section.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: The BI Platform project being tendered for is for a period of 5 years, with the reserved option of a 2 year extension. The build phase will run until March 2022; however we require early deliverable s by December 2019 to meet milestones within our Global Digital Exemplar programme.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Design and Build (Data Warehouse)   
      Lot No:3

      II.2.2) Additional CPV code(s):
            72212482 - Business intelligence software development services.


      II.2.3) Place of performance
      Nuts code:
      UKJ32 - Southampton
   
      Main site or place of performance:
      Southampton
             

      II.2.4) Description of the procurement: The Trust is looking for a supplier to provide skilled, experienced and knowledgeable resources that can design and build a new data warehouse to industry standards. The Trust has a detailed understanding of the data and how it relates across the source systems, as well as very significant expertise in database technologies. Thus the supplier will be expected to collaborate with Trust staff, to make best use of the skills and knowledge from both parties.

Data sets will be brought online at different stages during the build period, and over the life of the system, it is anticipated that some of the source systems might change. There will therefore be a degree of ‘data stitching’ work to include as part of the warehouse development. Suppliers should evidence experience of both types of work.

The Trust already has an established integration engine – InterSystems Health Connect, into which many of the Trusts systems (see Table 1) feed (see Figure 1 Current System Feeds to UHS Integration Engine'). This incorporates the Spine Mini-Services Provider and we intend to manage the extraction and the majority of the translation prior to load into the data warehouse provided under Lot 2.

The design must support the ability to identify, resolve and report on any data quality issues found within the source data, whilst minimising the impact poor data quality has on submissions, reports or performance dashboards.

We anticipate a need for ongoing maintenance and further development after the initial build contract has come to an end. The bidder will involve with UHS Informatics staff during the design and build process to ensure sufficient knowledge-and-skills transfer for them to take on ongoing maintenance and development tasks. To support this, the supplier will be required to document and implement appropriate change control processes. The specification for this Lot is listed within the ‘Lot 3 Detailed Requirements’ section (linked to here on page 28).

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: The BI Platform project being tendered for is for a period of 5 years, with the reserved option of a 2 year extension. The build phase will run until March 2022; however we require early deliverable s by December 2019 to meet milestones within our Global Digital Exemplar programme.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive procedure with negotiation


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 164-402927
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: UHS13343    
   Lot Number: 1    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 18

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Acuma Solutions, 04100859
             Applicon House, Exchange Street, Stockport, SK3 0EY, United Kingdom
             NUTS Code: UKJ32
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 266,313
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 18

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Trustmarque Solutions Limited, 02183240
             National Agri-Food Innovation Campus, Sand Hutton, York, YO41 1LZ, United Kingdom
             NUTS Code: UKJ32
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 370,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 18

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Trustmarque Solutions Limited, 02183240
             National Agri-Food Innovation Campus, Sand Hutton, York, YO41 1LZ, United Kingdom
             NUTS Code: UKJ32
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 130,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.

Information about Lots
Selected qualifying vendors will be invited to bid for 1 or more and or all of 3 Lots:
i) Lot 1 ii) Lot 2, or iii) Lot 3 – each Lot bid on separately and considered as single bids
and/or iv) Lots 1 and 2, v) Lots 1 and 3 or vi) Lots 2 and 3 – each Lot pair combination being bid on as separate combinations and/or vii) All Lots (1, 2 and 3) - It is possible for a bidder to have the highest score for an individual Lot and still not win the tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=498180376

   VI.4) Procedures for review

      VI.4.1) Review body
          University Hospital Southampton NHS Foundation Trust
          Graham Road, Southampton, SO14 0YG, United Kingdom
          Tel. +44 2380540049

      VI.4.2) Body responsible for mediation procedures
          University Hospital Southampton NHS Foundation Trust
          Graham Road, Southampton, SO14 0YG, United Kingdom
          Tel. +44 2380540049

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          University Hospital Southampton NHS Foundation Trust
          Graham Road, Southampton, SO14 0YG, United Kingdom
          Tel. +44 2380540049

   VI.5) Date of dispatch of this notice: 02/06/2020