Ambulance Radio Programme, Department of Health is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Ambulance Control Room Software (CRS) Solution and Associated Services |
Notice type: | Contract Notice |
Authority: | Ambulance Radio Programme, Department of Health |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | The Department of Health is the contracting authority for this procurement (the “Authority”). The contract that will support this procurement will be signed by the Secretary of State for Health. Although the Authority is the contracting authority, it is acting on behalf of the Department of Health, 12 NHS Trusts/ Foundation Trusts/ Ambulance Trusts (the “Trusts”). The Trusts will be the service recipients for the purposes of the contract procured. The Authority is seeking in this procurement to procure an Ambulance Control Room Software Solution and Associated Services (“CRSS”) to the Trusts. CRSS is part of the Authority’s Control Room Solution Programme (“CRSP”) and the wider Ambulance Radio Programme (“ARP”). The Welsh Ambulance Service NHS Trust (the “Welsh Trust”) may decide not to adopt CRSS, so bidders should note that the Welsh Trust is an optional Trust. |
Published: | 27/04/2016 10:27 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Department of Health c/o Ambulance Radio Programme
Stephenson House, 75 Hampstead Road, London, NW1 2PL, United Kingdom
Tel. +44 2036881439, Email: arp.pmo@nhs.net
Contact: Attn: Ambulance Radio Programme Commercial Manager
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: Yes.
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: http://www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
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 Control Room Software (CRS) Solution and Associated Services
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 Department of Health is the contracting authority for this procurement (the “Authority”). The contract that will support this procurement will be signed by the Secretary of State for Health.
Although the Authority is the contracting authority, it is acting on behalf of the Department of Health, 12 NHS Trusts/ Foundation Trusts/ Ambulance Trusts (the “Trusts”). The Trusts will be the service recipients for the purposes of the contract procured.
The Authority is seeking in this procurement to procure an Ambulance Control Room Software Solution and Associated Services (“CRSS”) to the Trusts. CRSS is part of the Authority’s Control Room Solution Programme (“CRSP”) and the wider Ambulance Radio Programme (“ARP”).
The Welsh Ambulance Service NHS Trust (the “Welsh Trust”) may decide not to adopt CRSS, so bidders should note that the Welsh Trust is an optional Trust.
II.1.5) Estimated total value:
Value excluding VAT: 15,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
44316400 - Hardware.
51611100 - Hardware installation services.
50312610 - Maintenance of information technology equipment.
98391000 - Decommissioning services.
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.
72267000 - Software maintenance and repair services.
72268000 - Software supply services.
72254000 - Software Testing.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The CRSS 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 CRSS capable of meeting its needs (Regulations 30(2) and (4) PCR). The Authority does not intend to carry out a dialogue in relation to all aspects of its requirement. Further information about the dialogue is provided within the procurement documents.
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: 15,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 54
This contract is subject to renewal: Yes
Description of renewals: Contract can be renewed for a further 3 years
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 6
Objective criteria for choosing the limited number of cadidates: Please see the attached PQQ documents
II.2.10) Information about variants:
Variants will be accepted: No
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 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.
The CRSP will be based on agile technologies. It will utilise project implementation plans; maximise the use of open standards; supported or published application programme interfaces; commercial off the shelf (“COTS”) equipment and hardware; all managed by a multi-disciplinary programme team capable of guiding developments into the long-term. There are 31 Ambulance Trust control room sites (28 in England and 3 in Wales) which require central equipment.
The Authority is looking for a supplier who can develop an end-to-end design and introduce transformation change to the current software solution.
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
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: No.
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 52 - 87123
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 27/05/2016 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 23/06/2016
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.
Implementation of the CRSS will be phased across each Trust and roll-out must be completed by the expiry of the Authority’s current ARP contracts. The CRSS must be capable of maintaining operational interoperability between the current and new solution.
The Authority will enter into a single contract with the supplier which will cover service provision to all Trusts. The current ARP contracts will expire on different dates for each Trust between 2017 and 2020 and a period of parallel running of the current and new solutions will be required in respect of each Trust before its current contract expires. Roll-out for each Trust must be completed by the expiry end dates of the current contracts. The Software Solution must be capable of maintaining operational interoperability between the current and new solution. There will be an implementation phase which 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”). There will then be an operational service phase in respect of each Trust (the “Operational Phase”), the term of which will be 4.5 years from go-live of the solution in that Trust (these 4.5 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 a period of up to 3 years in total. The total term of the contract (including both the Implementation Phase and the Operational Phase) will therefore be c.6 years, and where this has been extended by a maximum of 3 years, this would represent a total of c.9 years. Further details regarding the Implementation Phase can be found within the Trust Rollout Plan as provided within Appendix 14 and further detailed in Schedule 6.1 of this Invitation to Participate in Dialogue and in the draft contract (Part C of this ITPD).
Hardware
The Authority only intends to purchase hardware from the supplier which is bespoke to the software which it is offering to provide. For the avoidance of doubt, the Authority does not intend to purchase COTS hardware or any other hardware in this procurement (which is not bespoke).
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./79P6857Z7U
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/79P6857Z7U
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: 27/04/2016
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 West Ambulance Service NHS Foundation Trust
Abbey Court, Eagle Way, Exeter, EX2 7HY, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
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: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
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
East of England Ambulance Services NHS Trust
Whiting Way, Melbourn, SG8 6EN, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
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
London Ambulance Service NHS Trust
220 Waterloo Road, London, SE1 8SD, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
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
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.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
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
Isle of Wight Primary Care Trust
South Block, St. Mary's Hospital, Parkhurst Road, Newport, PO30 5TG, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
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
South Central Ambulance Service NHS Trust
North Wing, Southern House, Sparrowgrove, Otterbourne, SO21 2RU, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
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
South East Coast Ambulance Service NHS Trust
40-42 Friars Walk, Lewes, BN7 2XW, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
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
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: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
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
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.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
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
Yorkshire Ambulance Service
Springhill 2, Brindley Way, Wakefield 41 Business Park, Wakefield, WF2 0XQ, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
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
Welsh Ambulance Service
H.M.Stanley Hospital, St Asaph, LL17 0RS, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
View any Notice Addenda
UK-London: Software package and information systems.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
The Department of Health c/o Ambulance Radio Programme
Stephenson House, 75 Hampstead Road, London, NW1 2PL, United Kingdom
Tel. +44 2036881439, Email: arp.pmo@nhs.net
Contact: Attn: Ambulance Radio Programme Commercial Manager
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Ambulance Control Room Software (CRS) Solution and Associated Services 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 Department of Health is the contracting authority for this procurement (the “Authority”). The contract that will support this procurement will be signed by the Secretary of State for Health.
Although the Authority is the contracting authority, it is acting on behalf of the Department of Health, 13 NHS Trusts/ Foundation Trusts/ Ambulance Trusts/Service Board (the “Trusts”). The Trusts will be the service recipients for the purposes of the contract procured.
The Authority is seeking in this procurement to procure an Ambulance Control Room Software Solution and Associated Services (“CRSS”) to the Trusts. CRSS is part of the Authority’s Control Room Solution Programme (“CRSP”) and the wider Ambulance Radio Programme (“ARP”).
The Welsh Ambulance Service NHS Trust (the “Welsh Trust”) and The Scottish Ambulance Service Board ("SAS") may decide not to adopt CRSS, so bidders should note that both the Welsh Trust and SAS are optional service recipients.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 07/06/2016
VI.6) Original notice reference:
Notice Reference: 2016 - 178971
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 09/05/2016
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.4
Lot No: Not provided
Place of text to be modified: II.1.4
Instead of: The Department of Health is the contracting authority for this procurement (the “Authority”). The contract that will support this procurement will be signed by the Secretary of State for Health.
Although the Authority is the contracting authority, it is acting on behalf of the Department of Health, 12 NHS Trusts/ Foundation Trusts/ Ambulance Trusts (the “Trusts”). The Trusts will be the service recipients for the purposes of the contract procured.
The Authority is seeking in this procurement to procure an Ambulance Control Room Software Solution and Associated Services (“CRSS”) to the Trusts. CRSS is part of the Authority’s Control Room Solution Programme (“CRSP”) and the wider Ambulance Radio Programme (“ARP”).
The Welsh Ambulance Service NHS Trust (the “Welsh Trust”) may decide not to adopt CRSS, so bidders should note that the Welsh Trust is an optional Trust.
Read: The Department of Health is the contracting authority for this procurement (the “Authority”). The contract that will support this procurement will be signed by the Secretary of State for Health.
Although the Authority is the contracting authority, it is acting on behalf of the Department of Health, 13 NHS Trusts/ Foundation Trusts/ Ambulance Trusts/Service Board (the “Trusts”). The Trusts will be the service recipients for the purposes of the contract procured.
The Authority is seeking in this procurement to procure an Ambulance Control Room Software Solution and Associated Services (“CRSS”) to the Trusts. CRSS is part of the Authority’s Control Room Solution Programme (“CRSP”) and the wider Ambulance Radio Programme (“ARP”).
The Welsh Ambulance Service NHS Trust (the “Welsh Trust”) and The Scottish Ambulance Service Board ("SAS") may decide not to adopt CRSS, so bidders should note that both the Welsh Trust and SAS are optional service recipients.
VII.2) Other 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.
Implementation of the CRSS will be phased across each Trust and roll-out must be completed by the expiry of the Authority’s current ARP contracts. The CRSS must be capable of maintaining operational interoperability between the current and new solution.
The Authority will enter into a single contract with the supplier which will cover service provision to all Trusts. The current ARP contracts will expire on different dates for each Trust between 2017 and 2020 and a period of parallel running of the current and new solutions will be required in respect of each Trust before its current contract expires. Roll-out for each Trust must be completed by the expiry end dates of the current contracts. The Software Solution must be capable of maintaining operational interoperability between the current and new solution. There will be an implementation phase which 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”). There will then be an operational service phase in respect of each Trust (the “Operational Phase”), the term of which will be 4.5 years from go-live of the solution in that Trust (these 4.5 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 a period of up to 3 years in total. The total term of the contract (including both the Implementation Phase and the Operational Phase) will therefore be c.6 years, and where this has been extended by a maximum of 3 years, this would represent a total of c.9 years. Further details regarding the Implementation Phase can be found within the Trust Rollout Plan as provided within Appendix 14 and further detailed in Schedule 6.1 of this Invitation to Participate in Dialogue and in the draft contract (Part C of this ITPD).
Hardware
The Authority only intends to purchase hardware from the supplier which is bespoke to the software which it is offering to provide. For the avoidance of doubt, the Authority does not intend to purchase COTS hardware or any other hardware in this procurement (which is not bespoke).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=205483222
Additional Addresses And Contact Points
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
1. Contracting Authority/Entity:
South West Ambulance Service NHS Foundation Trust
Abbey Court, Eagle Way, Exeter, EX2 7HY, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
2. Contracting Authority/Entity:
East Midlands Ambulance Service NHS Trust
1 Horizon Place, Nottingham Business Park, Nottingham, NG8 6PY, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
3. Contracting Authority/Entity:
East of England Ambulance Services NHS Trust
Whiting Way, Melbourn, SG8 6EN, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
4. Contracting Authority/Entity:
London Ambulance Service NHS Trust
220 Waterloo Road, London, SE1 8SD, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
5. Contracting Authority/Entity:
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.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
6. Contracting Authority/Entity:
Isle of Wight Primary Care Trust
South Block, St. Mary's Hospital, Parkhurst Road, Newport, PO30 5TG, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
7. Contracting Authority/Entity:
South Central Ambulance Service NHS Trust
North Wing, Southern House, Sparrowgrove, Otterbourne, SO21 2RU, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
8. Contracting Authority/Entity:
South East Coast Ambulance Service NHS Trust
40-42 Friars Walk, Lewes, BN7 2XW, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
9. Contracting Authority/Entity:
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: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
10. Contracting Authority/Entity:
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.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
11. Contracting Authority/Entity:
Yorkshire Ambulance Service
Springhill 2, Brindley Way, Wakefield 41 Business Park, Wakefield, WF2 0XQ, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
12. Contracting Authority/Entity:
Welsh Ambulance Service
H.M.Stanley Hospital, St Asaph, LL17 0RS, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
13. Contracting Authority/Entity:
The Scottish Ambulance Service Board
National Headquarters, Gyle Square, South Gyle Crescent, Edinburgh, EH12 9EB, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKM
Ambulance Control Room Software (CRS) Solution and Associated Services
UK-London: Software package and information systems.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
The Department of Health c/o Ambulance Radio Programme
Stephenson House, 75 Hampstead Road, London, NW1 2PL, United Kingdom
Tel. +44 2036881439, Email: arp.pmo@nhs.net
Contact: Attn: Ambulance Radio Programme Commercial Manager
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Ambulance Control Room Software (CRS) Solution and Associated Services 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 Department of Health is the contracting authority for this procurement (the “Authority”). The contract that will support this procurement will be signed by the Secretary of State for Health.
Although the Authority is the contracting authority, it is acting on behalf of the Department of Health, 12 NHS Trusts/ Foundation Trusts/ Ambulance Trusts (the “Trusts”). The Trusts will be the service recipients for the purposes of the contract procured.
The Authority is seeking in this procurement to procure an Ambulance Control Room Software Solution and Associated Services (“CRSS”) to the Trusts. CRSS is part of the Authority’s Control Room Solution Programme (“CRSP”) and the wider Ambulance Radio Programme (“ARP”).
The Welsh Ambulance Service NHS Trust (the “Welsh Trust”) may decide not to adopt CRSS, so bidders should note that the Welsh Trust is an optional Trust.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 09/06/2016
VI.6) Original notice reference:
Notice Reference: 2016 - 178971
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 09/05/2016
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.5
Lot No: Not provided
Place of text to be modified: II.1.5
Instead of: Estimated total value, excluding VAT: £15,000,000
Read: Estimated total value, excluding VAT: £16,500,000
VII.2) Other 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.
Implementation of the CRSS will be phased across each Trust and roll-out must be completed by the expiry of the Authority’s current ARP contracts. The CRSS must be capable of maintaining operational interoperability between the current and new solution.
The Authority will enter into a single contract with the supplier which will cover service provision to all Trusts. The current ARP contracts will expire on different dates for each Trust between 2017 and 2020 and a period of parallel running of the current and new solutions will be required in respect of each Trust before its current contract expires. Roll-out for each Trust must be completed by the expiry end dates of the current contracts. The Software Solution must be capable of maintaining operational interoperability between the current and new solution. There will be an implementation phase which 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”). There will then be an operational service phase in respect of each Trust (the “Operational Phase”), the term of which will be 4.5 years from go-live of the solution in that Trust (these 4.5 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 a period of up to 3 years in total. The total term of the contract (including both the Implementation Phase and the Operational Phase) will therefore be c.6 years, and where this has been extended by a maximum of 3 years, this would represent a total of c.9 years. Further details regarding the Implementation Phase can be found within the Trust Rollout Plan as provided within Appendix 14 and further detailed in Schedule 6.1 of this Invitation to Participate in Dialogue and in the draft contract (Part C of this ITPD).
Hardware
The Authority only intends to purchase hardware from the supplier which is bespoke to the software which it is offering to provide. For the avoidance of doubt, the Authority does not intend to purchase COTS hardware or any other hardware in this procurement (which is not bespoke).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=205867431
Additional Addresses And Contact Points
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
1. Contracting Authority/Entity:
South West Ambulance Service NHS Foundation Trust
Abbey Court, Eagle Way, Exeter, EX2 7HY, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
2. Contracting Authority/Entity:
East Midlands Ambulance Service NHS Trust
1 Horizon Place, Nottingham Business Park, Nottingham, NG8 6PY, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
3. Contracting Authority/Entity:
East of England Ambulance Services NHS Trust
Whiting Way, Melbourn, SG8 6EN, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
4. Contracting Authority/Entity:
London Ambulance Service NHS Trust
220 Waterloo Road, London, SE1 8SD, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
5. Contracting Authority/Entity:
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.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
6. Contracting Authority/Entity:
Isle of Wight Primary Care Trust
South Block, St. Mary's Hospital, Parkhurst Road, Newport, PO30 5TG, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
7. Contracting Authority/Entity:
South Central Ambulance Service NHS Trust
North Wing, Southern House, Sparrowgrove, Otterbourne, SO21 2RU, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
8. Contracting Authority/Entity:
South East Coast Ambulance Service NHS Trust
40-42 Friars Walk, Lewes, BN7 2XW, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
9. Contracting Authority/Entity:
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: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
10. Contracting Authority/Entity:
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.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
11. Contracting Authority/Entity:
Yorkshire Ambulance Service
Springhill 2, Brindley Way, Wakefield 41 Business Park, Wakefield, WF2 0XQ, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
12. Contracting Authority/Entity:
Welsh Ambulance Service
H.M.Stanley Hospital, St Asaph, LL17 0RS, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Department of Health c/o Ambulance Radio Programme
Stephenson House, 75 Hampstead Road, London, NW1 2PL, United Kingdom
Tel. +44 2036881439, Email: arp.pmo@nhs.net
Contact: Attn: Ambulance Radio Programme Commercial Manager
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
I.2) Joint procurement:
The contract involves joint procurement: Yes
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:
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Ambulance Control Room Software (CRS) Solution and Associated Services
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 Department of Health is the contracting authority for this procurement (the “Authority”). The contract that will support this procurement will be signed by the Secretary of State for Health.
Although the Authority is the contracting authority, it is acting on behalf of the Department of Health, 12 NHS Trusts/ Foundation Trusts/ Ambulance Trusts (the “Trusts”). The Trusts will be the service recipients for the purposes of the contract procured.
The Authority is seeking in this procurement to procure an Ambulance Control Room Software Solution and Associated Services (“CRSS”) to the Trusts. CRSS is part of the Authority’s Control Room Solution Programme (“CRSP”) and the wider Ambulance Radio Programme (“ARP”).
The Welsh Ambulance Service NHS Trust (the “Welsh Trust”) and the Scottish Ambulance Service Board (the "SAS") may decide not to adopt CRSS.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 8,239,465
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
44316400 - Hardware.
51611100 - Hardware installation services.
50312610 - Maintenance of information technology equipment.
98391000 - Decommissioning services.
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.
72267000 - Software maintenance and repair services.
72268000 - Software supply services.
72254000 - Software Testing.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: The CRSS has been procured using the competitive dialogue procedure in accordance with Regulation 30 of the Public Contracts Regulations 2015 (“PCR”). The competitive dialogue procedure took place in successive stages and the dialogue continued until the Authority could identify a CRSS capable of meeting its needs (Regulations 30(2) and (4) PCR). The Authority did not carry out a dialogue in relation to all aspects of its requirement.
II.2.5) Award criteria:
Quality criterion - Name: Technical Solution / Weighting: 175
Quality criterion - Name: Implementation Services / Weighting: 70
Quality criterion - Name: Future Roadmap (Software) / Weighting: 70
Quality criterion - Name: Network Requirements / Weighting: 35
Quality criterion - Name: Integrated Solution (Third Party Interface) / Weighting: 70
Quality criterion - Name: Security Management / Weighting: 35
Quality criterion - Name: Testing / Weighting: 70
Quality criterion - Name: Service Management / Weighting: 70
Quality criterion - Name: Training / Weighting: 35
Quality criterion - Name: Optional Services / Weighting: 35
Quality criterion - Name: Authority Responsibilities / Weighting: 35
Cost criterion - Name: Initial Term Total Cost + National Integration / Weighting: 230
Cost criterion - Name: Average Cost of Termination / Weighting: 20
Cost criterion - Name: Total Optional Service Costs / Weighting: 30
Cost criterion - Name: Total Contract Extension Costs / Weighting: 20
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 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 IV: Procedure
IV.1) Description
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
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
Not Provided
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: CP2
Lot Number: Not Provided
Title: Ambulance Control Room Solution (CRS) and Associated Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 04/05/2017
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Frequentis AG
Innovationsstr.1, 1100 Vienna, Austria
Tel. +43 1811500
NUTS Code: UK
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: 8,239,465
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 considered that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, selection of tenderers was be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=257849434
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.4.3) 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
Not Provided
VI.5) Date of dispatch of this notice: 15/06/2017
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
South West Ambulance Service NHS Foundation Trust
Abbey Court, Eagle Way, Exeter, EX2 7HY, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
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: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
3: Contracting Authority
East of England Ambulance Service NHS Trust
Whiting Way, Melbourn, SG8 6EN, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
4: Contracting Authority
London Ambulance Service NHS Trust
220 Waterloo Road, London, SE1 8SD, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
5: 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.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
6: Contracting Authority
Isle of Wight Primary Care Trust
South Block, St. Mary's Hospital, Parkhurst Road, Newport, PO30 5TG, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
7: Contracting Authority
South Central Ambulance Service NHS Trust
North Wing, Southern House, Sparrowgrove, Otterbourne, SO21 2RU, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
8: Contracting Authority
South East Coast Ambulance Service NHS Trust
40-42 Friars Walk, Lewes, BN7 2XW, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
9: 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: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
10: 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.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
11: 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: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
12: Contracting Authority
Welsh Ambulance Service NHS Trust
H.M.Stanley Hospital, St Asaph, LL17 0RS, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKI
13: Contracting Authority
Scottish Ambulance Service Board
National Headquarters, Gyle Square, South Gyle Crescent, Edinburgh, EH12 9EB, United Kingdom
Email: arp.pmo@nhs.net
Main Address: https://www.gov.uk/government/organisations/department-of-health
NUTS Code: UKM