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

Technology Partnership Agreement 2013.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Business Services Organisation (BSO)
Centre House, 79 Chichester Street
For the attention of: Pat Davis
BT1 4JR Belfast
UNITED KINGDOM
Telephone: +44 2890542570
E-mail:

Internet address(es):

General address of the contracting authority: http://www.bso.hscni.net

Address of the buyer profile: http:///www.e-sourcingni.bravosolution.co.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
Social protection
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Technology Partnership Agreement 2013.
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: Throughout Northern Ireland.

NUTS code UKN

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
Health and Social Care in Northern Ireland ("HSC”) has a requirement to award a framework agreement to a
technology partner to replace existing arrangements. The purpose of the framework agreement is the delivery and/or support of regional Information and Communication Technology ("ICT”) projects, and it will be available for use by HSC Trusts, Boards and other HSC bodies listed in VI.2, as well as BSO ('the Authority'), and any successor bodies of any of these organisations.
The following is an outline of services / products that are required to be provided via the Technology Partnership Agreement 2013:
- Supply of hardware including without limitation servers, storage devices, Storage
Area Network infrastructure, backup devices, network switches, PCs, Voice Over Internet Protocol ('VOIP') equipment,mobile devices, printers, scanners, Uninterruptible Power Supplies, other hardware or devices used to deliver ICT services or interface with network attached medical devices;
- Supply of software, such as a range of off the shelf software products including, without limitation, operating systems, security products, business and utility products and general business applications;
- Supply of services such as support, technical and advisory services both directly
and using third party staff;
- The design and/or build and/or operation of systems / services that integrate as appropriate with the HSC infrastructure and applications. In this case the technology
partner could be asked to do any or all of the lifecycle stages;
- Delivery of the high levels of availability required by clinically critical and business critical services within HSC;
- Application design and specification;
- Application development;
- Application support including bespoke developments;
- Best practice service management;
- Managing multiple organisations (including potential competitors) to deliver products and services;
- New initiatives and paradigms for health and social care delivery driven by new
equipment and software solutions;
- Facilitation of Authority and customer (ie other HSC organisations that are party to a contract) access to sub-contractors and/or consortium member organisations if
appropriate;
- Work with 3rd party suppliers of services and products, accepting variable levels of risk in their delivery (e.g. 'thick' prime and 'thin' prime contractual arrangements);
- Project/programme management and delivery of associated outputs;
- Configuration of various applications, services and infrastructure solutions;
- Technical / consultancy services, e.g. business case development, technical architecture consultancy etc.;
- Implementation of 3rd party applications and products e.g. deployment of Public Key Infrastructure, Data Encryption, Identity Management, VOIP and communication services
- Management of multiple 3rd parties to deliver solutions e.g. a tele-monitoring solution that includes network, hardware and software provision and management;
- Systems integration services;
- Support of desktop / email / UNIX / Windows;
- Purchase / support / implementation of 3rd party products e.g. clinical support systems
- Technical refresh for projects e.g. desktop, servers, etc.;
- Provision of data cleansing / quality;
- Support of applications NOT developed by the technology partner e.g. developed by BSO or 3rd party or other HSC applications;
- Running procurements;
- Hosted or cloud based services;
- Disposal services.
Other ICT services in support of HSC may be requested during the life cycle of Technology Partnership Agreement 2013 provided that they are within the scope of those described in this section.
II.1.5)Common procurement vocabulary (CPV)

72000000, 50324200, 79400000, 51611100, 50320000, 50323000, 51612000, 30200000, 50312300, 48000000, 50324100, 50324000, 45314320, 51610000, 32400000, 51600000, 50312000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 100 000 000 GBP

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Requirements Compliance. Weighting 40
2. Contractual Compliance. Weighting 30
3. Total Solution Costs. Weighting 30
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2013/S 12-015582 of 17.1.2013

Section V: Award of contract

Lot title: Technology Partnership Agreement 2013
V.1)Date of contract award decision:
21.10.2013
V.2)Information about offers
Number of offers received: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

HP Enterprise Services UK Ltd
Forsyth House, Cromac Square
BT1 8LA Belfast
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
The Authority has conducted the procurement process on behalf of itself and other participating bodies in the HSC, including, inter alia:
Belfast Health and Social Care Trust (BHSCT)
South Eastern Health and Social Care Trust (SEHSCT)
Northern Health and Social Care Trust (NHSCT)
Southern Health and Social Care Trust (SHSCT)
Western Health and Social Care Trust (WHSCT)
NI Ambulance Service Health and Social Care Trust (NIAS)
Health and Social Care Board (HSCB)
Public Health Agency (PHA)
Patient and Client Council (PCC)
Business Services Organisation (BSO)
Regulation and Quality Improvement Authority (RQIA)
NI Blood Transfusion Service Agency (NIBTS)
NI Fire and Rescue Service Board (NIFRS)
NI Guardian Ad Litem Agency (NIGALA)
NI Medical and Dental Training Agency (NIMDTA)
NI Practice & Education Council for Nursing and Midwifery (NIPEC)
NI Social Care Council (NISCC)
Other independent clinical healthcare contractor groups such as doctors, dentists,
opticians etc.
Any subsequently formed shared services or other organisation;
Any successor bodies
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

See section VI.3.2

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority incorporated a standstill period at the point information on the award of the contract was communicated to tenderers. That notification provided full information on the award decision. The standstill period, which was for a minimum of 10 calendar days, provided time for unsuccessful tenderers to challenge the award decision before the contract was entered into.
If an appeal regarding the award of the contract has not been
successfully resolved, The Public Contracts Regulations 2006, as amended, provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the Northern Ireland High Court. Any such action must generally be brought within 30 days.
If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Authority has communicated the award of the contract and a summary
of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into the court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the
Authority to pay a fine, and / or order that the duration of the contract is shortened.
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
15.12.2013