Contract notice

Information

Published

Date of dispatch of this notice: 07/02/2017

Expire date: 13/03/2017

External Reference: 2017-542129

TED Reference: 2017/S 028-049423

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Bristol & Weston NHS Purchasing Consortium
1234
Level 3 & 4 Whitefriars
Bristol, BS1 2NT
Lewins Mead
UK
Contact person: BWPC Lucy Barker
Telephone: +44 1173429815
NUTS code:  UKK11 -  Bristol, City of
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=17185&B=NHSSW
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Local Portfolio Management System (NIHR CRN hosted by UHB)
Reference number:  BWPC RA7
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

University Hospitals Bristol NHS Foundation Trust is the Host Organisation for the National Institute for Health Research (NIHR) Clinical Research Network West of England (CRN West of England). The Host Organisation is mandated to procure a Local Portfolio Management System (LPMS). The requirement is for a web-based, hosted IT software solution used by clinical research staff to manage research studies across a network of NHS Trusts and Primary Care sites in CRN West of England.
II.1.5)

Estimated total value

Value excluding VAT: 50000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48100000  -  Industry specific software package
II.2.3)

Place of performance

NUTS code:  UKK11 -  Bristol, City of
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Bristol, BS1 2NT
II.2.4)

Description of the procurement

The successful LPMS must meet the following criteria:
1. Support the efficient recording and retrieval of research study performance data.
2. To provide a repository for research study documentation.
3. To support the sharing of data across CRN West of England, whilst restricting access to patient identifiable information on the system to specific users and NHS sites. The LPMS must have sufficient security to allow for the storage of patient identifiable information on the system.
4. Input research study data directly to the LPMS.
5. Integrate with national systems (including the Central Portfolio Management System) through a two-way data exchange.
6. Provide real-time research activity data at a national level.
7. Work to an agreed, standards-based supplier contract approved by NIHR.
8. Ensure data standards that enable it to link with other Network data sources.
The system must be implemented within a short time frame so an “off the shelf” software package is required. This package must already be operational in at least two host sites in a research environment across multiple organisations.
The National Institute for Health Research Clinical Research Network (NIHR CRN) has worked with all of the major LPMS stakeholders (including suppliers) to create the LPMS Systems of Choice Framework, which is a set of documentation which provides guidance on contracting with suppliers, minimum levels of functionality specifications and service management approach to help support selection of an appropriate LPMS. CRN West of England will follow the guidance provided in these documents, which are available here:
https://sites.google.com/a/nihr.ac.uk/crncentral/knowledge-info/information-systems/lpmssoc-1/lpms-soc-framework
The system must:
• Use SSL / TSSL encryption and secondary authentication
• Have screen displays and user manuals screens in English
• Be scalable so that it can be used across multiple organisations
Start 1st October 2017 for initial 18 month Period, with option to extend for a further 5 years in line with the NIHR contract which is reviewed in 2019.
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: 500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/10/2017  /  End: 01/03/2019
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
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

Software will be used by network of sites in CRN West of England, and other providers of NHS Services. Full details are provided in the specification.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/03/2017
Local time:  12:00
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

Tender must be valid until:  08/10/2017
IV.2.7)

Conditions for opening of tenders

Date:  13/03/2017
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Software will be used by network of NHS Trusts and Primary Care sites in CRN West of England: University Hospitals Bristol NHS Foundation Trust, 2gether NHS Foundation Trust, Avon& Wiltshire Mental Health Partnership NHS Trust, Gloucestershire Care Services NHS Trust, Gloucestershire Hospitals NHS Foundation Trust, Great Western Hospitals NHS Foundation Trust, North Bristol NHS Trust, Royal United Hospitals Bath NHS Foundation Trust, Weston Area Health NHS Trust, NHS Bath & North East Somerset CCG, NHS Bristol CCG, NHS Gloucestershire CCG, NHS North Somerset CCG, NHS South Gloucestershire CCG, NHS Swindon CCG, NHS Wiltshire CCG, CRN West of England also engages with other providers of NHS services
VI.4)

Procedures for review

VI.4.1)

Review body

Bristol & Weston NHS Purchasing Consortium
Bristol
BS1 2NT
UK
Telephone: +44 1173420815

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As Above
VI.5)

Date of dispatch of this notice

08/02/2017