CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 034-061655/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, Information Systems and Services, ISS Development Pillar
Postal address: ASDT, Mustang Ground Floor, Westwells Road, MOD Corsham
Town: Corsham
Postal code: SN13 9NR
Country: United Kingdom
Contact Person: Darren Corkindale
Telephone: +44 3067986857
Email: darren.corkindale100@mod.gov.uk
Nuts code: UKK1
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.contracts.mod.uk
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the following address:Official name: Ministry of Defence, Information Systems and Services, ISS Development Pillar
Postal address: Resource and Business Management team, Level B3, Building 405, Westwells Road, MOD Corsham
Town: Corsham
Postal code: SN13 9NR
Country: United Kingdom
Contact Person: FAO: Carrie Henderson
Telephone: +44 3067986857
Email: darren.corkindale100@mod.uk
Nuts code: UKK1
Internet address(es):
Main address: www.contracts.mod.uk

I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of integrated Medical Information Services — Programme CORTISONE.
II.1.2) Main CPV code: 48180000
II.1.3) Type of contract: Services
II.1.4) Short Description: This procurement is to supply off-the-shelf software products and vendor support to meet the requirements of themes 1 and 2.
This procurement is split into 2 parts.
Part 1 is a lot based competitive procurement that will award up to 19 individual contracts for Lot Solutions. The Contracts awarded at the end of Part 1 will support the Authority in conducting Part 2 which is referred to as the Solution Evolution and Evaluation (SE&E) Phase. The duration of the SE&E phase will have a duration of 13 months.
The purpose of the SE&E Phase is to determine the combination of contracts (up to 9) that may see their options exercised following approval of the CORTISONE Theme 1 and 2 Investment Approval Point Business Case. If approved, this option will cover the Live Phase of the programme which will have a duration of 36 months.
II.1.5) Estimated total value:
Value excluding VAT: 28128600.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:9
Maximum number of lots that may be awarded to one tenderer 9
II.2) Description
II.2.1) Title: Healthcare Information Exploitation (HIX) Backbone

Lot No:1
II.2.2) Additional CPV code(s)
48180000, 48814000

II.2.3) Place of performance
Nuts code: UKK1
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.2.4) Description of the procurement:
This Lot Solution will provide the foundation to enable the required business outcome of an integrated Electronic Health Record. An iEHR is an organised collection of patient healthcare data stored in a digital format.
This Lot Solution will deliver the underpinning Med IS architecture for CORTISONE that will allow clinicians/users to view, create, exchange and share health and healthcare information, across Defence (all DMS environments, fixed and deployed) and through a variety of secure interfaces, with various non-DMS healthcare providers (eg NHS (UK (‘four nation’ health services)), NATO and other allies). This will deliver the integration capability required to provide the backbone to enable interoperability, configurable user access points and information exchange across current and future interfaces.
Details of the Lot 1 requirements can be found in the Supporting Documents section of the PQQ under the titles ‘User Requirements Document (URD)’, ‘Requirements for Evaluation’ and ‘Statement of Requirement Document (SoRD)’.
A full description of this lot, and the estimated quantities required per phase, are also included in the Supporting Documents section of the PQQ.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 8861500.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 13
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates: Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria. The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum standards;
(3) Pass the Pass/Fail questions in the PQQ; and
(4) Achieve one of the top 10 scores per lot in the PQQ. Suppliers will be given a score for each lot for which they wish to express an interest and those with the top 10 scores for each lot will be taken to the Invitation to Tender (ITT) stage of this procurement. It is important to note that a supplier might be taken through to the ITT stage for some lots but not others. There is no minimum score.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 1 successful contractor per lot, following the Solution Evolution and Evaluation Phase, may have their contractual options exercised for a further period of up to 36 months for the Live phase. Whilst the Supplier must grant irrevocable options, the Authority is under no obligation to exercise these options.
The estimated value above is inclusive of the option period.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Suppliers must log in, go to your Response Manager and add the following Access Code: BBQR436MSV and ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 20.3.2017 00:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

II.2.1) Title: Integrated Reporting and Data Analysis

Lot No:2
II.2.2) Additional CPV code(s)
48180000, 48814000

II.2.3) Place of performance
Nuts code: UKK1
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.2.4) Description of the procurement:
This lot will enable the business outcome of an ability to exploit all the healthcare data in records by transforming it into useful information.
The Lot Solution will enable data from anywhere in the medical information services architecture to be used to produce reports at any level of abstraction. This will include simple reports for a single clinician about a single patient, aggregated statistics for military formation HQs and data analytics across the entire medical data set. The difference between this component and the reporting provided within a particular application is that all data in the architecture is available for reporting on as well as data from outside the medical domain.
Details of the Lot 2 requirements can be found in the Supporting Documents section of the PQQ under the titles ‘User Requirements Document (URD)’, ‘Requirements for Evaluation’ and ‘Statement of Requirement Document (SoRD)’.
A full description of this lot, and the estimated quantities required per phase, are also included in the Supporting Documents section of the PQQ.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 4999300.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 13
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates: Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria. The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum standards;
(3) Pass the Pass/Fail questions in the PQQ; and
(4) Achieve one of the top 10 scores per lot in the PQQ. Suppliers will be given a score for each lot for which they wish to express an interest and those with the top 10 scores for each lot will be taken to the Invitation to Tender (ITT) stage of this procurement. It is important to note that a supplier might be taken through to the ITT stage for some lots but not others. There is no minimum score.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 1 successful contractor per lot, following the Solution Evolution and Evaluation Phase, may have their contractual options exercised for a further period of up to 36 months for the Live Phase. Whilst the Supplier must grant irrevocable options, the Authority is under no obligation to exercise these options.
The estimated value above is inclusive of the option period.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Suppliers must log in, go to your Response Manager and add the following Access Code: BBQR436MSV and ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 20.3.2017 00:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

II.2.1) Title: Primary Healthcare (PHC) Services

Lot No:3
II.2.2) Additional CPV code(s)
48180000, 48814000

II.2.3) Place of performance
Nuts code: UKK1
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.2.4) Description of the procurement:
This is the core general practice (GP) service. This Lot Solution will enable the DMS user to access and record all the information required to safely, efficiently and effectively deliver primary healthcare. The primary healthcare user shall be able to record all details of a patient’s contact with any health professional or healthcare administrator in all DMS environments (fixed and deployed). This service will cover areas such as consultations, protocols, summaries, document management, practice management, medicines management, referrals management, appointment management, telemedicine and clinical decision support tools.
Details of the Lot 3 requirements can be found in the Supporting Documents section of the PQQ under the titles ‘User Requirements Document (URD)’, ‘Requirements for Evaluation’ and ‘Statement of Requirement Document (SoRD)’.
A full description of this lot, and the estimated quantities required per phase, are also included in the Supporting Documents section of the PQQ.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 5591200.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 13
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates: Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria. The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum standards;
(3) Pass the Pass/Fail questions in the PQQ; and
(4) Achieve one of the top 10 scores per lot in the PQQ. Suppliers will be given a score for each lot for which they wish to express an interest and those with the top 10 scores for each lot will be taken to the Invitation to Tender (ITT) stage of this procurement. It is important to note that a supplier might be taken through to the ITT stage for some lots but not others. There is no minimum score.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 1 successful contractor per lot, following the Solution Evolution and Evaluation Phase, may have their contractual options exercised for a further period of up to 36 months for the Live Phase. Whilst the Supplier must grant irrevocable options, the Authority is under no obligation to exercise these options.
The estimated value above is inclusive of the option period.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Suppliers must log in, go to your Response Manager and add the following Access Code: BBQR436MSV and ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 20.3.2017 00:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

II.2.1) Title: Dental Healthcare Services

Lot No:4
II.2.2) Additional CPV code(s)
48180000, 48814000

II.2.3) Place of performance
Nuts code: UKK1
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.2.4) Description of the procurement:
This Lot Solution will deliver services to enable the user to be able to manage all data relating to dental healthcare delivery activities, including those that are military specific, in all DMS environments (fixed and deployed). This includes the management of consultations, referrals, diagnostic tests, decision support tools, dental charts, dental treatment plans, periodontal charts, NATO dental fitness categories, laboratory work e.g. dentures/ crowns, dental specialties e.g. orthodontics, periodontology, oral surgery, forensics and digital dental radiography (intraoral) and telemedicine.
This lot will include:
a. Dental Healthcare Record Service;
b. Intraoral Digital Dental Radiographs Management Service.
Details of the Lot 4 requirements can be found in the Supporting Documents section of the PQQ under the titles ‘User Requirements Document (URD)’, ‘Requirements for Evaluation’ and ‘Statement of Requirement Document (SoRD)’.
A full description of this lot, and the estimated quantities required per phase, are also included in the Supporting Documents section of the PQQ.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 1425100.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 13
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates: Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria. The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum standards;
(3) Pass the Pass/Fail questions in the PQQ; and
(4) Achieve one of the top 10 scores per lot in the PQQ. Suppliers will be given a score for each lot for which they wish to express an interest and those with the top 10 scores for each lot will be taken to the Invitation to Tender (ITT) stage of this procurement. It is important to note that a supplier might be taken through to the ITT stage for some lots but not others. There is no minimum score.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 1 successful contractor per lot, following the Solution Evolution and Evaluation Phase, may have their contractual options exercised for a further period of up to 36 months for the Live Phase. Whilst the Supplier must grant irrevocable options, the Authority is under no obligation to exercise these options.
The estimated value above is inclusive of the option period.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Suppliers must log in, go to your Response Manager and add the following Access Code: BBQR436MSV and ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 20.3.2017 00:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

II.2.1) Title: Mental Healthcare Services

Lot No:5
II.2.2) Additional CPV code(s)
48180000, 48814000

II.2.3) Place of performance
Nuts code: UKK1
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.2.4) Description of the procurement:
This Lot Solution will deliver services to enable the user to be able to manage all data relating to mental healthcare delivery activities, including those that are military specific, in all DMS environments (fixed and deployed). This includes the management of consultations, referrals, diagnostic tests, decision support tools and telemedicine. This lot covers requirements specific to mental healthcare in addition to those described in other lots such as general healthcare, imaging, and referrals.
Details of the Lot 5 requirements can be found in the Supporting Documents section of the PQQ under the titles ‘User Requirements Document (URD)’, ‘Requirements for Evaluation’ and ‘Statement of Requirement Document (SoRD)’.
A full description of this lot, and the estimated quantities required per phase, are also included in the Supporting Documents section of the PQQ.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 1183100.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 13
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates: Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria. The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum standards;
(3) Pass the Pass/Fail questions in the PQQ; and
(4) Achieve one of the top 10 scores per lot in the PQQ. Suppliers will be given a score for each lot for which they wish to express an interest and those with the top 10 scores for each lot will be taken to the Invitation to Tender (ITT) stage of this procurement. It is important to note that a supplier might be taken through to the ITT stage for some lots but not others. There is no minimum score.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 1 successful contractor per lot, following the Solution Evolution and Evaluation Phase, may have their contractual options exercised for a further period of up to 36 months for the Live Phase. Whilst the Supplier must grant irrevocable options, the Authority is under no obligation to exercise these options.
The estimated value above is inclusive of the option period.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Suppliers must log in, go to your Response Manager and add the following Access Code: BBQR436MSV and ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 20.3.2017 00:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

II.2.1) Title: Occupational Health (OH) Services

Lot No:6
II.2.2) Additional CPV code(s)
48180000, 48814000

II.2.3) Place of performance
Nuts code: UKK1
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.2.4) Description of the procurement:
This Lot Solution will deliver services to enable the user to be able to manage all data relating to occupational health activities, including those that are military specific. This includes, although not exclusively, services to support the management of Medical Boards, recruitment, fit for task codes (PULHHEEMS/JMES) and exchange of information with current and future Human Resources/Administration (HR/J1) services. The primary role of the DMS is to ensure that Service personnel are ready and medically fit to go where they are required in the UK and throughout the world, generally referred to as being ‘fit for task’. Therefore, OH activities occur within the DMS at many different levels from medical primary healthcare through to specialist OH consultants. This lot covers requirements specific to OH in addition to those described in other lots which include but are not limited to general healthcare, imaging and referrals.
Details of the Lot 6 requirements can be found in the Supporting Documents section of the PQQ under the titles ‘User Requirements Document (URD)’, ‘Requirements for Evaluation’ and ‘Statement of Requirement Document (SoRD)’.
A full description of this lot, and the estimated quantities required per phase, are also included in the Supporting Documents section of the PQQ.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 1183100.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 13
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates: Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria. The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum standards;
(3) Pass the Pass/Fail questions in the PQQ; and
(4) Achieve one of the top 10 scores per lot in the PQQ. Suppliers will be given a score for each lot for which they wish to express an interest and those with the top 10 scores for each lot will be taken to the Invitation to Tender (ITT) stage of this procurement. It is important to note that a supplier might be taken through to the ITT stage for some lots but not others. There is no minimum score.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 1 successful contractor per lot, following the Solution Evolution and Evaluation Phase, may have their contractual options exercised for a further period of up to 36 months for the Live Phase. Whilst the Supplier must grant irrevocable options, the Authority is under no obligation to exercise these options.
The estimated value above is inclusive of the option period.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Suppliers must log in, go to your Response Manager and add the following Access Code: BBQR436MSV and ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 20.3.2017 00:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

II.2.1) Title: Imaging (Electronic Radiology Management System (ERMS))

Lot No:7
II.2.2) Additional CPV code(s)
48180000, 48814000

II.2.3) Place of performance
Nuts code: UKK1
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.2.4) Description of the procurement:
This Lot Solution will deliver services to enable the user to be able to access an Electronic Radiology Management System (ERMS). This will enable the prescribing, capture, reporting and archiving of all medical images such as radiographs, ultrasound scans, MRI scans, including dental.
Different elements of this service will be used by different types of users, for example a GP will prescribe/request a radiograph, a radiographer capture/archive a radiograph, a radiologist report on a radiograph and then a consultant surgeon view the image/report. This service will need to be used by users in a wide range of DMS environments (fixed and deployed), including but not limited to: PHC, Centre for Defence Radiology (CDR), dental healthcare (including Centre for Restorative Dentistry (CRD)), Regional Rehabilitation Units (RRU) and Defence Military Rehabilitation Centre (DMRC) (Headley Court) and the future Defence and National Rehabilitation Centre (DNRC).
Details of the Lot 7 requirements can be found in the Supporting Documents section of the PQQ under the titles ‘User Requirements Document (URD)’, ‘Requirements for Evaluation’ and ‘Statement of Requirement Document (SoRD)’.
A full description of this lot, and the estimated quantities required per phase, are also included in the Supporting Documents section of the PQQ.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 1183100.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 13
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates: Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria. The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum standards;
(3) Pass the Pass/Fail questions in the PQQ; and
(4) Achieve one of the top 10 scores per lot in the PQQ. Suppliers will be given a score for each lot for which they wish to express an interest and those with the top 10 scores for each lot will be taken to the Invitation to Tender (ITT) stage of this procurement. It is important to note that a supplier might be taken through to the ITT stage for some lots but not others. There is no minimum score.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 1 successful contractor per lot, following the Solution Evolution and Evaluation Phase, may have their contractual options exercised for a further period of up to 36 months for the Live Phase. Whilst the Supplier must grant irrevocable options, the Authority is under no obligation to exercise these options.
The estimated value above is inclusive of the option period.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Suppliers must log in, go to your Response Manager and add the following Access Code: BBQR436MSV and ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 20.3.2017 00:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

II.2.1) Title: Rehabilitation Management Services

Lot No:8
II.2.2) Additional CPV code(s)
48180000, 48814000

II.2.3) Place of performance
Nuts code: UKK1
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.2.4) Description of the procurement:
This Lot Solution will deliver services to enable the user to be able to manage all data relating to rehabilitation delivery activities, including those that are military specific. This includes the management of consultations, patient rehabilitation plans, referrals, diagnostic tests, prosthetic management and decision support tools. These services must be available at all types of rehabilitation facilities including Primary Care Rehabilitation Facilities (PCRF), RRU, DMRC and DNRC. The DMS delivers rehabilitation services in a range of environments in both primary and secondary care facilities.
These services will need to be interoperable with several other services delivered by CORTISONE, including but not limited to: Occupational Health and Primary Healthcare. This lot includes requirements for information management from a number of specialist rehabilitation services including but not exclusively, foot pressure system/ gait analysis system/ prosthetic management system.
Details of the Lot 8 requirements can be found in the Supporting Documents section of the PQQ under the titles ‘User Requirements Document (URD)’, ‘Requirements for Evaluation’ and ‘Statement of Requirement Document (SoRD)’.
A full description of this lot, and the estimated quantities required per phase, are also included in the Supporting Documents section of the PQQ.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 1183100.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 13
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates: Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria. The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum standards;
(3) Pass the Pass/Fail questions in the PQQ; and
(4) Achieve one of the top 10 scores per lot in the PQQ. Suppliers will be given a score for each lot for which they wish to express an interest and those with the top 10 scores for each lot will be taken to the Invitation to Tender (ITT) stage of this procurement. It is important to note that a supplier might be taken through to the ITT stage for some lots but not others. There is no minimum score.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 1 successful contractor per lot, following the Solution Evolution and Evaluation Phase, may have their contractual options exercised for a further period of up to 36 months for the Live Phase. Whilst the Supplier must grant irrevocable options, the Authority is under no obligation to exercise these options.
The estimated value above is inclusive of the option period.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Suppliers must log in, go to your Response Manager and add the following Access Code: BBQR436MSV and ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 20/03/2017 00:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

II.2.1) Title: Management Services

Lot No:9
II.2.2) Additional CPV code(s)
48180000, 48814000

II.2.3) Place of performance
Nuts code: UKK1
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.2.4) Description of the procurement:
This Lot Solution contains a suite of services to enable users to manage the efficient and effective administration of healthcare delivery. This includes:
Medical Language Voice Recognition Service.
This service needs to be able to transform voice into a document in a format that can be edited. This service needs to be available at all DMS locations (fixed and deployed) as the users need to be able to use the same voice file (which trains the system to recognise individual voice) at all locations.
Language Translation Tool.
This tool needs to be able to translate text to and from English for a range of languages. This tool will be needed by a wide range of DMS users.
Scanner and Optical Character Recognition (OCR) Service.
A wide range of DMS users need to be able to scan documents and then add them to the required element of healthcare records.
Clinical Notification Service (Alerts).
The user must be alerted to any information recorded on any DMS Med IS which could have a patient safety implication with regard to the user’s current patient interaction. This service will need to be used by a wide range of DMS users and must be interoperable with all services that record clinical healthcare data.
Details of the Lot 9 requirements can be found in the Supporting Documents section of the PQQ under the titles ‘User Requirements Document (URD)’, ‘Requirements for Evaluation’ and ‘Statement of Requirement Document (SoRD)’.
A full description of this lot, and the estimated quantities required per phase, are also included in the Supporting Documents section of the PQQ.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 823100.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 13
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates: Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria. The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum standards;
(3) Pass the Pass/Fail questions in the PQQ; and
(4) Achieve one of the top 10 scores per lot in the PQQ. Suppliers will be given a score for each lot for which they wish to express an interest and those with the top 10 scores for each lot will be taken to the Invitation to Tender (ITT) stage of this procurement. It is important to note that a supplier might be taken through to the ITT stage for some lots but not others. There is no minimum score.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: 1 successful contractor per lot, following the Solution Evolution and Evaluation Phase, may have their contractual options exercised for a further period of up to 36 months for the Live Phase. Whilst the Supplier must grant irrevocable options, the Authority is under no obligation to exercise these options.
The estimated value above is inclusive of the option period.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Suppliers must log in, go to your Response Manager and add the following Access Code: BBQR436MSV and ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 20.3.2017 00:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria: The Authority requires suppliers to have a minimum level of economic and financial standing and/or a minimum financial threshold.
Minimum level(s) of standards possibly required: The minimum level of standards applied are:
1) if the estimated annual contract value is greater than 50 % of the supplier’s annual turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability. This evidence may include:
(a) any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(b) providing a deed of guarantee from its bank, insurance company, or parent company.
2) A financial assessment will be undertaken on the supplier’s financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include a parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this assessment.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: Please see the Contract Conditions in the Supporting Documents Section of the PQQ.
The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.
Electronic Trading
Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2016/S 218-396786
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-06-01 Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
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. The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk
PQQ clarification questions will be managed on a weekly basis for suppliers via the DCO. Closure date for any PQQ clarification questions will be Tuesday 7.3.2017. The Authority will be using consultants and contractors to support this procurement. Their role within the procurement process will be evaluation of the PQQ and ITT Evalutation Criteria, although moderation will be undertaken by the Authority.
The Access Code for this opportunity is BBQR436MSV. GO Reference: GO-2017215-DCB-9597354.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, Information Systems and Services, ISS Development Pillar
Postal address: ASDT, Mustang Ground Floor, Westwells Road, MOD Corsham
Town: Corsham
Postal code: SN13 9NR
Country: United Kingdom
Telephone: +44 3067986857
E-mail: darren.corkindale100@mod.uk
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Ministry of Defence, Information Systems and Services, ISS Development Pillar
Postal address: ASDT, Mustang Ground Floor
Town: Corsham
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-02-15

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking