By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Invitation to offer for the provision of an Oracle Managed Service to Oxford University Hospitals NHS Trust.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Oxford University Hospitals NHS Trust
John Radcliffe Hospital, Headley Way, Headington
For the attention of: Simon Robinson
OX3 9DU Oxford
UNITED KINGDOM
Telephone: +44 1865741166
E-mail:

Internet address(es):

General address of the contracting authority: http://www.ouh.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.3)Main activity
Health
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:
Invitation to offer for the provision of an Oracle Managed Service to Oxford University Hospitals NHS Trust.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Trustwide service covering qty. 4 main Oxford University Hospitals NHS Trust sites including all satelite departments.
Main liaison will be with the Trusts systems team based currently at the Nuffield orthopaedic centre site in Headington, Oxford.

NUTS code UK

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)
Provision of an Oracle Managed Service to Oxford University Hospitals NHS Trust.
The Trust runs an Oracle e business suite on version 12.
II.1.6)Common procurement vocabulary (CPV)

72611000, 72600000, 72610000

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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Provision of an Oracle Managed Service to Oxford University Hospitals NHS Trust. The Trust runs an Oracle e business suite on version 12.
The contract period will be for 3 years with the option to extend for a further 2 x 1 year periods.
This service is to include technical/functional support and include support for various other interfacing systems as listed in the ITT specification.
Part of the service is also to include support for the existing hardware, associated peripherals and the Linux Redhat operating system.
The service must also include technical & functional support for various software listed in the ITT specification.
All prospective bidders must be able to demonstrate capability and provide references of providing similar services in relation to the Oracle e-Business Suite.
All bidders must be minimum Oracle Gold Partner, ISO27001 or equivalent accreditation and either already have N3 Certification or can demonstrate that this certification will be in place by the time of contract signature. Bidders should also have disaster recovery facilities to provide resilient support.
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:
N/A
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See ITT documentation.
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: yes
Description of particular conditions: The following terms and conditions of contract shall apply to any contract awarded as a result of this process, subject to any variations stated below:
NHS Conditions of contract for the provision of support services IT (hardware maintenance, software maintenance and support and/or system support). July 2007.
If there are any conditions of contract that you cannot meet, please notify the Trust as part of your bid.
This will inform the Trust as to whether to accept your bid, on the basis that the relevant terms will be discussed further and a decision made whether to reject your bid.
Tender documents can only be accessed from our e-tender website (details below) and offers must be submitted through the same web-site.
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: Suppliers instructions how to express interest in this tender:

1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal: https://www.nhssourcing.co.uk and click the link to register - Accept the terms and conditions and click "continue" - Enter your correct business and user details - Note the username you chose and click "Save" when complete - You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender - Login to the portal with the username/password - Click the "PQQs / ITTs Open To All Suppliers" link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the "Express Interest" button at the top of the page. - This will move the PQQ /ITT into your "My PQQs/ My ITTs" page. (This is a secure area reserved for your projects only) - You can now access any attachments by clicking "Buyer Attachments" in the "PQQ/ ITT Details" box 3. Responding to the tender - Click "My Response" under "PQQ/ ITT Details", you can choose to "Create Response" or to "Decline to Respond" (please give a reason if declining) - You can now use the "Messages" function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the "Submit Response" button at the top of the page.
If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Compliance with section 24 of the Public Contracts Regulations 2006.
Three years audited accounts.
Minimum level(s) of standards possibly required: Please refer to ITT documents - Document No. 5 - selection criteria.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Compliance with section 25 of the Public Contracts Regulation 2006.
Details of three contracts for the supply of goods/services similar to the authority's requirement.
Minimum level(s) of standards possibly required:
Please refer to ITT documents - Document No. 5 - selection criteria.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
BravoSolutions Project Ref: 18906
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
14.3.2014 - 12:00
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The contracting authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: A minimum of a 10 calendar day standstill period will be incorporated at the point.
Information on the award of contract is communicated to tenderers.
This period allows unsuccessful tenderers to seek further debriefing from the Trust before the contract is entered into.
Applicants have two working days from the notification of the award decision to request additional debriefing, and that information has to be provided a minimum of three working days before the expiry of the standstill period.
Such additional information should be requested via the Bravo e-Tendering system using the messaging facility within the appropriate ITT.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northen Ireland).
Any such action must be brought promptly (generally within 3 months).
Where a contract has not been entered into the court may order the settling aside of the contract decision or order the authority to amend any document, and may award damages.
If the contract has been entered into the court may only award damages. (The purpose of the standstill period referred to above is to allow parties to apply to the courts to set aside the award decision before the contract is entered into).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
31.1.2014