Wessex NHS is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | UHS10831 Spend Control & Accounting Solution |
Notice type: | Contract Notice |
Authority: | Wessex NHS |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | University Hospital Southampton NHS Foundation Trust is undertaking to source a Spend Control and Accounting Solution to include: LOT 1.A Finance Accounting Service comprising Finance Accounting Software, Finance Reporting Software, Business Intelligence and Reporting capability, Planning & Forecasting. LOT 2.A spend management system comprising E Sourcing Software, Contract Management Software, E Catalogue Software, Purchase to Pay and an E Supplier Portal. LOT 3.A invoice scanning service comprising Receipt of Paper Invoices from suppliers, Scanning Invoices, OCR capture and validation,Verify, Allocate and Initiate Workflow. |
Published: | 20/06/2016 16:15 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2380825418, Email: steve.jerrim@uhs.nhs.uk
Contact: Steve Jerrim
Main Address: www.uhs.nhs.uk
NUTS Code: UKJ32
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Financial-analysis-and-accounting-software-development-services./S3EY2J8H4D
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Financial-analysis-and-accounting-software-development-services./S3EY2J8H4D 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
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UHS10831 Spend Control & Accounting Solution
Reference Number: UHS10831
II.1.2) Main CPV Code:
72212440 - Financial analysis and accounting software development services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: University Hospital Southampton NHS Foundation Trust is undertaking to source a Spend Control and Accounting Solution to include:
LOT 1.A Finance Accounting Service comprising Finance Accounting Software, Finance Reporting Software, Business Intelligence and Reporting capability, Planning & Forecasting. LOT 2.A spend management system comprising E Sourcing Software, Contract Management Software, E Catalogue Software, Purchase to Pay and an E Supplier Portal. LOT 3.A invoice scanning service comprising Receipt of Paper Invoices from suppliers, Scanning Invoices, OCR capture and validation,Verify, Allocate and Initiate Workflow.
II.1.5) Estimated total value:
Value excluding VAT: 2,250,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1: Finance & Accounting System
Lot 2: Spend Management System
Lot 3: Invoice Scanning Service
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Finance & Accounting System
Lot No: 1.
II.2.2) Additional CPV codes:
48440000 - Financial analysis and accounting software package.
II.2.3) Place of performance:
UKJ32 Southampton
II.2.4) Description of procurement: To incorporate:
Finance & Accounting Software
Financial Reporting Software
Business Intelligence and Reporting capability
Planning and Forecasting Software (Optional requirement)
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Initial award for 5 Years with the potential for a further 2+2 (4) Year extension.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: As stated in the PQQ.
Any equal scoring PQQ submissions within the range stated will also be invited.
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: Only the top scoring bidders (maximum of 6) will proceed beyond the PQQ stage. If there is an equal score that falls within the top 6 then this bidder will also be invited beyond the PQQ stage.
II.2) Description Lot No. 2
II.2.1) Title: Spend Management System
Lot No: 2.
II.2.2) Additional CPV codes:
48490000 - Procurement software package.
II.2.3) Place of performance:
UKJ32 Southampton
II.2.4) Description of procurement: To incorporate:
E-sourcing Software
Contract Management Software
E-catalogue Software
Purchase to Pay System
Business Intelligence and Reporting capability
E-supplier portal / capability
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Initial award for 5 Years with the potential for a further 2+2 (4) Year extension.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: As stated in the PQQ.
Any equal scoring PQQ submissions within the range stated will also be invited.
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: Only the top scoring bidders (maximum of 6) will proceed beyond the PQQ stage. If there is an equal score that falls within the top 6 then this bidder will also be invited beyond the PQQ stage.
II.2) Description Lot No. 3
II.2.1) Title: Invoice Scanning Service
Lot No: 3.
II.2.2) Additional CPV codes:
79999000 - Scanning and invoicing services.
II.2.3) Place of performance:
UKJ32 Southampton
II.2.4) Description of procurement: To incorporate:
Receipt of paper invoices from suppliers
Scanning invoices
OCR capture & validation
Verify, allocate and initiate workflow
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: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Initial award for 5 Years with the potential for a further 2+2 (4) Year extension.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: As stated in the PQQ.
Any equal scoring PQQ submissions within the range stated will also be invited.
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: Only the top scoring bidders (maximum of 6) will proceed beyond the PQQ stage. If there is an equal score that falls within the top 6 then this bidder will also be invited beyond the PQQ stage.
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:
As detailed in the PQQ.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As detailed in the Tender Documentation.
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: Negotiated
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.1.5) Information about negotiation: Yes.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 20/07/2016 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 25/07/2016
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: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2021
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.
There will be a requirement for Lots 1 and Lots 2 to be fully integrated / interfaced with each other.
The Tender documents will initially be included for information and not for completion and are uploaded as attachments under the PQQ.
Only those bidders that are short-listed to proceed to the ITT Stage will be invited to complete the Tender documents when the Tender Box in Delta Solution is made available.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Financial-analysis-and-accounting-software-development-services./S3EY2J8H4D
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S3EY2J8H4D
VI.4) Procedures for review
VI.4.1) Review body:
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2380825418
VI.4.2) Body responsible for mediation procedures:
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2380825418
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2380825418
VI.5) Date Of Dispatch Of This Notice: 20/06/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2380825418, Email: steve.jerrim@uhs.nhs.uk
Contact: Steve Jerrim
Main Address: www.uhs.nhs.uk
NUTS Code: UKJ32
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: UHS10831 Spend Control & Accounting Solution
Reference number: UHS10831
II.1.2) Main CPV code:
72212440 - Financial analysis and accounting software development services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: University Hospital Southampton NHS Foundation Trust is undertaking to source a Spend Control and Accounting Solution to include:
LOT 1.A Finance Accounting Service comprising Finance Accounting Software, Finance Reporting Software, Business Intelligence and Reporting capability, Planning & Forecasting. LOT 2.A spend management system comprising E Sourcing Software, Contract Management Software, E Catalogue Software, Purchase to Pay and an E Supplier Portal. LOT 3.A invoice scanning service comprising Receipt of Paper Invoices from suppliers, Scanning Invoices, OCR capture and validation,Verify, Allocate and Initiate Workflow.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Finance & Accounting System
Lot No:1.
II.2.2) Additional CPV code(s):
48440000 - Financial analysis and accounting software package.
II.2.3) Place of performance
Nuts code:
UKJ32 - Southampton
Main site or place of performance:
Southampton
II.2.4) Description of the procurement: To incorporate:
Finance & Accounting Software
Financial Reporting Software
Business Intelligence and Reporting capability
Planning and Forecasting Software (Optional requirement)
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Only the top scoring bidders (maximum of 6) will proceed beyond the PQQ stage. If there is an equal score that falls within the top 6 then this bidder will also be invited beyond the PQQ stage.
II.2) Description (lot no. 2)
II.2.1) Title:Spend Management System
Lot No:2.
II.2.2) Additional CPV code(s):
48490000 - Procurement software package.
II.2.3) Place of performance
Nuts code:
UKJ32 - Southampton
Main site or place of performance:
Southampton
II.2.4) Description of the procurement: To incorporate:
E-sourcing Software
Contract Management Software
E-catalogue Software
Purchase to Pay System
Business Intelligence and Reporting capability
E-supplier portal / capability
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Only the top scoring bidders (maximum of 6) will proceed beyond the PQQ stage. If there is an equal score that falls within the top 6 then this bidder will also be invited beyond the PQQ stage.
II.2) Description (lot no. 3)
II.2.1) Title:Invoice Scanning Service
Lot No:3.
II.2.2) Additional CPV code(s):
79999000 - Scanning and invoicing services.
II.2.3) Place of performance
Nuts code:
UKJ32 - Southampton
Main site or place of performance:
Southampton
II.2.4) Description of the procurement: To incorporate:
Receipt of paper invoices from suppliers
Scanning invoices
OCR capture & validation
Verify, allocate and initiate workflow
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Only the top scoring bidders (maximum of 6) will proceed beyond the PQQ stage. If there is an equal score that falls within the top 6 then this bidder will also be invited beyond the PQQ stage.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
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: UHS10831
Lot Number: 1
Title: Finance & Accounting System
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 27/02/2017
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
CSC Computer Sciences Ltd
Royal Pavilion, Aldershot, United Kingdom
NUTS Code: UKJ32
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,000,000
Total value of the contract/lot: 1,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: UHS10831-2
Lot Number: 2
Title: Spend Management System
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 27/02/2017
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Wax Digital
Grafton Street, Hyde, Tameside, United Kingdom
NUTS Code: UKJ32
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,000,000
Total value of the contract/lot: 1,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: UHS10831-3
Lot Number: 3
Title: Scanning Services
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2016 - 213061
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
There will be a requirement for Lots 1 and Lots 2 to be fully integrated / interfaced with each other.
The Tender documents will initially be included for information and not for completion and are uploaded as attachments under the PQQ.
Only those bidders that are short-listed to proceed to the ITT Stage will be invited to complete the Tender documents when the Tender Box in Delta Solution is made available.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=242371385
VI.4) Procedures for review
VI.4.1) Review body
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2380825418
VI.4.2) Body responsible for mediation procedures
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2380825418
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2380825418
VI.5) Date of dispatch of this notice: 20/03/2017