Ambulance Radio Programme, Department of Health: Ambulance Control Room Software (CRS) Solution and Associated Services

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Software package and information systems.
Section I: Contracting Authority
      I.1) Name and addresses
             The 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

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, 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

UK-London: Software package and information systems.

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