PACS Software NHS Supply Chain
“Picture archive and communications system (PACS) and radiology information systems (RIS) solutions including hardware and software and associated professional services together with the provision of a managed service”.
UK-Normanton: medical software package
2012/S 41-066479
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
NHS Supply Chain
NHS Supply Chain, Foxbridge Way, West Yorkshire
WF6 1TL Normanton
UNITED KINGDOM
Telephone: +44 7827307579
E-mail: David.Burns@Supplychain.nhs.uk
Internet address(es):
General address of the contracting authority: www.supplychain.nhs.uk
Address of the buyer profile: Blank
Further information can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Foxbridge Way
For the attention of: Buyer
WF6 1TL Normanton
UNITED KINGDOM
Internet address: http://procurement.supplychain.nhs.uk/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Foxbridge Way
For the attention of: Buyer
WF6 1TL Normanton
UNITED KINGDOM
Internet address: http://procurement.supplychain.nhs.uk/
Tenders or requests to participate must be sent to: NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Foxbridge Way
For the attention of: Buyer
WF6 1TL Normanton
UNITED KINGDOM
Internet address: http://procurement.supplychain.nhs.uk/
Section II: Object of the contract
A combination of these
Main site or location of works, place of delivery or of performance: “Various locations in UK”.
NUTS code UK
maximum number of participants to the framework agreement envisaged: 100
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 171 000 000,00 and 363 000 000,00 GBP
48180000 – LA23, 48314000, 48900000, 72227000, 33111200, 33111600
Information about lots
Lot No: 1 Lot title: PACS solutions
48180000 – LA23, 48900000 – LA23, 72590000 – LA23
NHS Supply Chain anticipates appointing all tenderers who achieve a hurdle of 80 points or above at evaluation at tender stage to this lot of the framework agreement. However this is indicative only and further details will be set out in the published invitation to tender which will be made available to shortlisted applicants”.
Hardware and professional services.
Hardware and software and professional services; and
A managed service.
Further details of this will be set out in the invitation to tender but applicants should note that if they are unable to confirm at tender stage that they will be able to provide each of the above elements then they will be excluded from taking part in the tender exercise for that lot.
The following descriptions apply to this lot:
Hardware.
This means all the hardware required to deliver the main function of the lot. For example in lot 1 this would include but not be limited to server and storage devices and x-ray workstations.
Software.
This means all operational software required to deliver the main function of the lot. For example in lot 1 this would include but not be limited to PACS application and base operating system.
Professional services.
This means all the professional services required to deliver the main function of the lot. For example in lot 1 this would include but not be limited to implementation training engineering development and service management.
Managed service.
This means the provision of service to a Trust where the trust has no day to day operational delivery responsibilities for the service. The trust will retain responsibility for the clinical operation of the data stored in the system. It can also be summarised as transferring day-to-day related management responsibility as a strategic method for improved effective and efficient operations inclusive of production support and lifecycle build/maintenance activities for software elements.
For the avoidance of doubt this excludes the management of any operational elements of the data which resides in such areas as RAID sets and mirrored locations. For example in lot 1 the supplier would deliver a service to the Trust and retain all operational delivery responsibilities for all elements that make up the service.
48180000 – LA23, 48900000 – LA23, 72590000 – LA23
NHS Supply Chain anticipates appointing all tenderers who achieve a hurdle of 80 points or above at evaluation at tender stage to this lot of the framework agreement. However this is indicative only and further details will be set out in the published Invitation to tender which will be made available to shortlisted applicants”.
Hardware and professional services;
Hardware and software and professional services; and
A Managed service.
Further details of this will be set out in the invitation to tender but applicants should note that if they are unable to confirm at tender stage that they will be able to provide each of the above elements then they will be excluded from taking part in the tender exercise for that lot.
The following descriptions apply to this lot:
Hardware.
This means all the hardware required to deliver the main function of the lot. For example in lot 2 this would include but not be limited to server and storage devices.
Software.
This means all operational software required to deliver the main function of the lot. For example in lot 2 this would include but not be limited to RIS application and base operating system.
Professional Services.
This means all the professional services required to deliver the main function of the lot. For example in lot 2 this would include but not be limited to implementation training engineering development and service management.
Managed service.
This means the provision of service to a Trust where the trust has no day to day operational delivery responsibilities for the service. The trust will retain responsibility for the clinical operation of the data stored in the system. It can also be summarised as transferring day-to-day related management responsibility as a strategic method for improved effective and efficient operations inclusive of Production Support and lifecycle build/maintenance activities for software elements.
For the avoidance of doubt this excludes the management of any operational elements of the data that resides in such areas as RAID sets and mirrored locations. For example in lot 2 the supplier would deliver a service to the Trust and retain all operational delivery responsibilities for all elements that make up the service.
“.
33111200 – LA23, 72590000 – LA23
NHS Supply Chain anticipates appointing the 8 highest scoring tenderers to this lot should there be 8 suitable tenderers for this lot at tender evaluation stage. However this is indicative only and further details will be set out in the published invitation to tender which will be made available to shortlisted applicants”.
In order to be considered for this lot at tender stage tenderers will need be able to provide each of the following:
Hardware and professional services;
Hardware and software and professional services; and
Further details of this will be set out in the invitation to tender but applicants should note that if they are unable to confirm at tender stage that they will be able to provide each of the above elements then they will be excluded from taking part in the tender exercise for that lot.
The following descriptions apply to this lot:
Hardware.
This means all the hardware required to deliver the main function of the lot. For example in lot 3 this would include but not be limited to x-ray workstations and reporting workbenches.
Software.
This means all operational software required to deliver the main function of the lot. For example in lot 3 this would include but not be limited to base operating system.
Professional services.
This means all the professional services required to deliver the main function of the lot. For example in lot 3 this would include but not be limited to implementation training and engineering.
48900000 – LA23, 72590000 – LA23
NHS Supply Chain anticipates appointing all tenderers who reach a score of 80 points or above at evaluation at tender stage to this lot of the framework agreement. However this is indicative only and further details will be set out in the published invitation to tender which will be made available to shortlisted applicants”.
Hardware and professional services;
Hardware and software and professional services; and
A managed Service.
Further details of this will be set out in the invitation to tender but applicants should note that if they are unable to confirm at tender stage that they will be able to provide each of the above elements then they will be excluded from taking part in the tender exercise for that lot.
The following descriptions apply to this lot:
Hardware.
This means all the hardware required to deliver the main function of the lot. For example in lot 4 this would include but not be limited to server and storage devices.
Software.
This means all operational software required to deliver the main function of the lot. For example in lot 4 this would include but not be limited to VNA application virtualisation software and base operating system.
Professional services.
This means all the professional services required to deliver the main function of the lot. For example in lot 4 this would include but not be limited to implementation training engineering development and service management.
Managed service.
This means the provision of service to a Trust where the trust has no day to day operational delivery responsibilities for the service. The trust will retain responsibility for the clinical operation of the data stored in the system. It can also be summarised as transferring day-to-day related management responsibility as a strategic method for improved effective and efficient operations inclusive of Production Support and lifecycle build/maintenance activities for software elements.
For the avoidance of doubt this excludes the management of any operational elements of the data which resides in areas such as RAID sets and mirrored locations. For example in lot 4 the supplier would deliver a service to the Trust and retain all operational delivery responsibilities for all elements that make up the service.
72227000 – LA23, 72590000 – LA23
NHS Supply Chain anticipates appointing all tenderers who reach a score of 80 points or above at evaluation at tender stage to this lot of the framework agreement. However this is indicative only and further details will be set out in the published invitation to tender which will be made available to shortlisted applicants”.
Hardware and professional services;
Hardware and software and professional services; and
A managed service.
Further details of this will be set out in the invitation to tender but applicants should note that if they are unable to confirm at tender stage that they will be able to provide each of the above elements then they will be excluded from taking part in the tender exercise for that lot.
The following descriptions apply to this lot:
Hardware.
This means all the hardware required to deliver the main function of the lot. For example in lot 5 this would include but not be limited to server and storage devices.
Software.
This means all operational software required to deliver the main function of the lot. For example in lot 5 this would include but not be limited to data migration applications and routines and base operating system.
Professional services.
This means all the professional services required to deliver the main function of the lot. For example in lot 5 this would include but not be limited to implementation training engineering development and service management.
Managed service.
This means the provision of service to a Trust where the trust has no day to day operational delivery responsibilities for the service. The trust will retain responsibility for the clinical operation of the data stored in the system. It can also be summarised as transferring day-to-day related management responsibility as a strategic method for improved effective and efficient operations inclusive of Production Support and lifecycle build/maintenance activities for software elements.
For the avoidance of doubt this excludes the management of any operational elements the data resides in such as RAID sets and mirrored locations. For example in lot 5 the supplier would deliver a service to the Trust and retain all operational delivery responsibilities for all elements that make up the service.
48900000 – LA23, 72227000 – LA23, 72590000 – LA23
NHS Supply Chain anticipates appointing the 8 highest scoring tenderers to this lot should there be 8 suitable tenderers for this lot at tender evaluation stage. However this is indicative only and further details will be set out in the published invitation to tender which will be made available to shortlisted applicants”.
Hardware and professional services;
Hardware and software and professional services; and.
A managed service.
Further details of this will be set out in the invitation to tender but applicants should note that if they are unable to confirm at tender stage that they will be able to provide each of the above elements then they will be excluded from taking part in the tender exercise for that lot.
The following descriptions apply to this lot:
Hardware.
This means all the hardware required to deliver the main function of the lot. For example in lot 6 this would include but not be limited to server and storage devices.
Software.
This means all operational software required to deliver the main function of the lot. For example in lot 6 this would include but not be limited to firewalls and base operating system.
Professional services.
This means all the professional services required to deliver the main function of the lot. For example in lot 6 this would include but not be limited to implementation training engineering development and service management.
Managed Service.
This means the provision of service to a Trust where the trust has no day to day operational delivery responsibilities for the service. The trust will retain responsibility for the clinical operation of the data stored in the system. It can also be summarised as transferring day-to-day related management responsibility as a strategic method for improved effective and efficient operations inclusive of production support and lifecycle build/maintenance activities for software elements.
For the avoidance of doubt this excludes the management of any operational elements the data resides in such as RAID sets and mirrored locations. For example in lot 6 the supplier would deliver a service to the Trust and retain all operational delivery responsibilities for all elements that make up the service.
33111600 – LA23, 72590000 – LA23
NHS Supply Chain anticipates appointing the 8 highest scoring tenderers to this lot should there be 3 or more suitable tenderers for this lot at tender stage. However this is indicative only and further details will be set out in the published invitation to tender which will be made available to shortlisted applicants”.
Hardware and professional services;
Hardware and software and professional services; and.
Further details of this will be set out in the invitation to tender but applicants should note that if they are unable to confirm at tender stage that they will be able to provide each of the above elements then they will be excluded from taking part in the tender exercise for that lot.
The following descriptions apply to this lot.
Hardware.
This means all the hardware required to deliver the main function of the lot. For example in lot 7 this would include but not be limited to CR readers also know as digitisers.
Software.
This means all operational software required to deliver the main function of the lot. For example in lot 7 this would include but not be limited to image transfer application reconstruction application and base operating system.
Professional services.
This means all the professional services required to deliver the main function of the lot. For example in lot 7 this would include but not be limited to implementation training and engineering.
48314000 – LA23, 72590000 – LA23
NHS Supply Chain anticipates appointing the 10 highest scoring tenderers to this lot should there be 10 or more suitable tenderers for this lot at tender stage. However this is indicative only and further details will be set out in the published invitation to tender which will be made available to shortlisted applicants”.
Managed service.
This means the provision of service to a Trust where the trust has no day to day operational delivery responsibilities for the service. The trust will retain responsibility for the clinical operation of the data stored in the system. It can also be summarised as transferring day-to-day related management responsibility as a strategic method for improved effective and efficient operations inclusive of Production Support and lifecycle build/maintenance activities for software elements.
For the avoidance of doubt this excludes the management of any operational elements the data resides in such as RAID sets and mirrored locations. For example in lot 8 the supplier would deliver a service to the Trust and retain all operational delivery responsibilities for all elements that make up the service.
Section III: Legal, economic, financial and technical information
This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/.
Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows:
Registration:
If not already registered candidates should register on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/.
Expression of interest:
Once registered candidates must express their interest as follows:
Login to the NHS Supply Chain eTendering portal.
Select the NHS Supply Chain link on the Management Console.
Select the “+” symbol to the left of the “My Official Journal European Union Notices”. Select the “+” next to “OJEU Notices” and then again when the sign is next to OJEU Notices to make all available notices visible.
Select the required notice by placing the cursor over the name of the notice and then left clicking once on the name.
After reading the notice enable the expression of interest tick-box at the bottom of the notice click on the “Save Details” button and close the form.
Now select the “ISS Communities” tab at the top left of the page. Follow step c above. There should be a “+” next to the notice you expressed the interest in. That will now drop down to “My tenders” or “My PQQ”.
The tender or PQQ linked to the OJEU notice will become visible by clicking on the “+” next to the My Tenders or My PQQ link.
For tenders:
Clicking on the tender heading will open the next screen. Look to the middle of the page for a heading called “An eRS data package”.
Left click once on the file called eRSXX.ZIP (where XX denotes the tender number) to download the tender package that contains the complete response information. This package must only be opened using the eRS application which can be downloaded from the http://procurement.supplychain.nhs.uk/ web site.
Using the eRS application follow the instructions and complete the responses.
The response must be submitted via the Internet method as prescribed in the eRS application.
In the event that the notice refers to a PQQ:
Clicking on the name of the PQQ will open a “Pre-qualification questionnaire” page. Read through and then select “Save Details” at the bottom of the page. The word “Attachment” next to the icon needs to be clicked on and then the attachment window will appear allowing you to respond to the questions and add attachments as required. The response is submitted when the “Save Details” button is clicked. The responses can be submitted as many times as required until the closing time for the event.
Helpdesk.
For any support in submitting your expression of interest or tender response please contact the eTendering Helpdesk at +44 8454687877 or http://procurement.supplychain.nhs.uk/. There are a number of quick help guides available on the portal. Reading these will assistthe supplier in completing and submitting their responses”.
Section IV: Procedure
Additional information about electronic auction: “An electronic auction (e-auction) may be used to award all or part of the requirements. The use of e-auctions may also be an option as part of any mini competition process”.
Prior information notice
Notice number in the OJEU: 2011/S 213-347904 of 3.11.2011
Place:
As in above mentioned I.1.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: “Only the NHS Supply Chain contract owner or delegate”.
Section VI: Complementary information
Please note that envisaged number of operators who will be invited to tender in Section IV.1.2 is also provided as an estimate only. Applicants should refer to the pre-qualification questionnaire (“PQQ”) for details of how applicants will be shorlisted by NHS Supply Chain. NHS Supply Chain reserves the right to invite more than 150 operators to tender if more than 150 reach the relevant score set out in the PQQ.
The framework agreement will be between NHS Supply Chain and the Supplier. Under the framework agreement there will be 2 different methods of supply – one for non-direct contract products and one for direct contract products. It is anticipated that at the commencement of the framework agreement all purchases for supplies and services will be made as non direct contract products (as more particularly described below). However over the lifetime of the framework agreement NHS Supply Chain reserves the right to supply some or all of the supplies and services as non direct contract products (as more particularly described below).
NHS Supply Chain will be entitled to purchase the supplies and/or services identified in this notice as non-direct contract products which it will then make available for purchase by:
1) Any NHS Trust;
2) Any other NHS entity;
3) Any government department agency or other statutory body and/or
4) Any private sector entity active in the UK healthcare sector.
For the supplies and/or services identified as Direct Contract Products in this notice:
1) NHS Supply Chain;
2) Any NHS Trust;
3) Any other NHS entity;
4) Any government department agency or other statutory body and/or
5) Any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the framework.
For direct contract products the supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents.
Details of the relevant lots are set out in further detail in the relevant Section of Annex B of this notice. However tenderers should note that these are indicative only and that further details will be set out in the published invitation to tender issued to shortlisted applicants.
Lot 1.
This will include the provision of software and professional services and/or hardware and software and professional services required to deliver a PACS solution to a Trust. This lot will also include the provision of a managed service.
Lot 2 RIS solutions.
This will include the provision of hardware and professional services and/or software and hardware professional services required to deliver a RIS solution to a Trust. This lot will also include the provision of a managed service.
Lot 3 X-Ray workstations.
This will include the provision of hardware (base unit and monitors) and professional services and/or software and hardware and professional services required to provide a Trust with a functional X-ray workstation.
Lot 4 DICOM vendor neutral storage solutions.
This will include the provision of software and professional services and/or hardware and software and professional services required to deliver a vendor neutral archive solution to a Trust. This lot will also include the provision of a managed service.
Lot 5 DICOM data migration solutions.
This will include the provision of software and professional services and/or hardware and software and professional services required to deliver a data migration solution to a Trust. This lot will also include the provision of a managed service.
Lot 6 off site storage solutions.
This will include the provision of software and professional services and/or hardware and software and professional services required to deliver a data migration solution to a Trust. This lot will also include the provision of a managed service. This lot will also include the provision of a managed service.
Lot 7 Computed radiography (CR) readers.
This will include the provision of software and professional services and/or hardware and software and professional services required to deliver CR readers to a Trust.
Lot 8 Hosted voice transcription solutions.
This will include the provision of a managed service required to deliver hosted voice transcription solutions to a Trust.
Applicants should note that the call of contracts placed with any successful tenderers under the framework agreement may be for periods of up to 15 years.
Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs incurred by those expressing an interest in tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it) to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously”.
Refer to point VI.4.2
Body responsible for mediation procedures
Not applicable
VI.5)Date of dispatch of this notice:17.2.2012