Catalogue Management Service and Exchange Solution
The Gloucestershire NHS organisations are seeking an E-marketplace, to potentially provide approved catalogues for the users to select requirements from, and a transaction exchange to provide either full or partial EDI ordering with suppliers.
UK-Gloucester: procurement software package
2012/S 67-110072
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Gloucestershire NHS Procurement Shared Service
Victoria Warehouse The Docks
Contact point(s): Nigel Smart
GL1 2EL Gloucester
UNITED KINGDOM
Telephone: +44 1452300222
E-mail: nigel.smart@glos.nhs.uk
Fax: +44 1452318803
Internet address(es):
General address of the contracting authority: http://www.glosprocure.nhs.uk/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Catalogue Management Service and Exchange Solution.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: Gloucestershire.
NUTS code UKK13
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Gloucestershire NHS organisations are seeking an E-marketplace, to potentially provide approved catalogues for the users to select requirements from, and a transaction exchange to provide either full or partial EDI ordering with suppliers, with an ability to also enable electronic invoices and invoice matching.
The E-Marketplace is used to store and manage catalogues of approved products and services for the NHS organisations in Gloucestershire, and these catalogues are bespoke to each organisation. Both suppliers and buyers can upload catalogues and this facility is required going forward. Access to other catalogues via punch-out is also required.
Access to the E-marketplace is from two different P2P systems, Infor SmartStream Web and SBS Oracle i-Proc – one requiring a transaction hub/exchange to interact with our P2P system, and as such must be part of the overall offering of the E-Marketplace. Access is currently by Between 1 000 and 1 500 requisitioners access the E-marketplace for selection of requirements, and the Procurement department access the maintenance of catalogues in addition to the requisitioners, both with different access permissions.
The E-marketplace is also used for onward issue of NHS Purchase Orders to a variety of suppliers, via e-mail or full end to end EDI (including ability to convert XML files from NHS to FTTP format for NHS Supply Chain ordering), and should be available for submission of invoices from suppliers (potentially to be matched in the E-marketplace exchange).
Connectivity via the N3 network is essential and access to the E-Marketplace for requisitioners should be available both within and outside standard office hours.
A permanently available helpdesk facility must be available for technical and buyer issues, together with ongoing training as required for these specific groups of NHS staff.
NHS E-class categorisation of products and services is required within the catalogue system, and other control codes are also required, to initialise or direct the internal P2P systems actions when items are brought back into the NHS P2P systems.
II.1.6)Common procurement vocabulary (CPV)
48490000, 48620000, 48600000, 48810000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Nett monthly upon receipt of invoices.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and severable liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Potential bidders are required to confirm compliance with Articles 45 and 46 of the Directive 2004/18/EC.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per pre-qualification questionnaire(PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per pre-qualification questionnaire(PQQ).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
Objective criteria for choosing the limited number of candidates: Based on evaluation of Pre-qualification Questionnaire (PQQ).
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PT805/2012
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 9.5.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
9.5.2012
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:2.4.2012