Tender for Electronic Board Management Software
The system must be compliant with health bodies requirements and be compatible with a range of software and hardware.
United Kingdom-Cardiff: Software package and information systems
2019/S 109-265932
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
4-5 Charnwood Court, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
United Kingdom
Contact person: Peter Tune
Telephone: +44 2920502668
E-mail: peter.tune@wales.nhs.uk
NUTS code: UK
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Electronic Board Management Software
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Board and committee meetings involve the production and circulation of a significant number of papers and this process is currently very time consuming and incurs significant administrative preparation, resource and substantial printing costs. The system must be compliant with health bodies requirements and be compatible with a range of software and hardware. The system will need to enable immediate access to all relevant papers and documentation for meetings using a variety of electronic equipment (PC’s/Laptops), tablets (Windows, iOS and Android) and web browsers.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
7 University Health Boards and 4 Health Trusts across NHS Wales.
II.2.4)Description of the procurement:
Board and committee meetings involve the production and circulation of a significant number of papers and this process is currently very time consuming and incurs significant administrative preparation, resource and substantial printing costs. The system must be compliant with health bodies requirements and be compatible with a range of software and hardware. The system will need to enable immediate access to all relevant papers and documentation for meetings using a variety of electronic equipment (PC’s/Laptops), tablets (Windows, iOS and Android) and web browsers.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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
Not applicable.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Please refer to the tender documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Please note additional information on this procurement:
1) The Contracting Authority reserves the right to award the framework in whole, in part or annul the tendering process and not award any contract;
2) Bidders should note that they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms;
3) The Contracting Authority will not accept completed ITT’s after the stated closing date;
4) All documents to be priced (where applicable) in sterling and all payments made in sterling;
5) All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders;
6) Prospective suppliers should note that NHS Shared Services Partnership — Procurement Services is acting on behalf of Cardiff and Vale ULHB
Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=85371
Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=92591
(WA Ref:92591)
VI.4.1)Review body
4-5 Charnwood Court, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
United Kingdom
Telephone: +44 1443848585Internet address: http://www.procurement.wales.nhs.uk
VI.5)Date of dispatch of this notice: