Supply Spend Management System and Finance Accounting Service
University Hospital Southampton NHS Foundation Trust is undertaking to source a Spend Control and Accounting Solution.
United Kingdom-Southampton: Financial analysis and accounting software development services
2016/S 120-213061
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Graham Road
Southampton
SO14 0YG
United Kingdom
Contact person: Steve Jerrim
Telephone: +44 2380825418
E-mail: steve.jerrim@uhs.nhs.uk
NUTS code: UKJ32
Internet address(es):Main address: www.uhs.nhs.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
UHS10831 Spend Control and Accounting Solution.
II.1.2)Main CPV code
II.1.3)Type of contract
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 and 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 Work-flow.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1: Finance and Accounting System.
Lot 2: Spend Management System.
Lot 3: Invoice Scanning Service.
II.2.1)Title:
Finance and Accounting System
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Southampton.
II.2.4)Description of the procurement:
To incorporate:
Finance and Accounting Software;
Financial Reporting Software;
Business Intelligence and Reporting capability;
Planning and Forecasting Software (Optional requirement).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
As stated in the PQQ.
Any equal scoring PQQ submissions within the range stated will also be invited.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.2.1)Title:
Spend Management System
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
As stated in the PQQ.
Any equal scoring PQQ submissions within the range stated will also be invited.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.2.1)Title:
Invoice Scanning Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Southampton.
II.2.4)Description of the procurement:
To incorporate:
Receipt of paper invoices from suppliers;
Scanning invoices;
OCR capture and validation;
Verify, allocate and initiate work-flow.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
As stated in the PQQ.
Any equal scoring PQQ submissions within the range stated will also be invited.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As detailed in the PQQ.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As detailed in the Tender Documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
2021.
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:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S3EY2J8H4D
GO Reference: GO-2016620-PRO-8387348.
VI.4.1)Review body
Graham Road
Southampton
SO14 0YG
United Kingdom
Telephone: +44 2380825418
VI.4.2)Body responsible for mediation procedures
Graham Road
Southampton
SO14 0YG
United Kingdom
Telephone: +44 2380825418
VI.4.4)Service from which information about the review procedure may be obtained
Graham Road
Southampton
SO14 0YG
United Kingdom
Telephone: +44 2380825418
VI.5)Date of dispatch of this notice:
Related Posts
National Framework for Early Payment Scheme
NWUPC Framework for Taxation and Accountancy Services