23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 011-020836
Offentliggjort
17.01.2018
Udbudstype
Offentligt udbud

Bestilling af materiale

www.upphandling.sll.se

Udbyder

Stockholms Läns Landsting

Pre-commercial Procurement (PCP) to buy research and development (R&D) services for lifestyle intervention through digital services in the perioperative process


Stockholms Läns Landsting

Contract notice

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Stockholms Läns Landsting
232100-0016
PO Box 22550
Stockholm
22550
Sweden
Contact person: Martina Ahlberg
Telephone: +46 765519035
E-mail: martina.ahlberg@sll.se
NUTS code: SE110

Internet address(es):

Main address: http://www.karolinska.se/en/int/live-incite

Address of the buyer profile: www.upphandling.sll.se

I.1) Name and addresses
Region Hovedstaden
29190623
Kongens Vaenge 2
Hillerod
3400
Denmark
Contact person: Hanne Tonnesen
Telephone: +45 26123947
E-mail: hanne.tonnesen@regionh.dk
NUTS code: DK01

Internet address(es):

Main address: https://www.regionh.dk

Address of the buyer profile: https://www.regionh.dk

I.1) Name and addresses
Hospital Clinic / Provencial De Barcelona
1267-2007
Calle Villarroel 170
Barcelona
08036
Spain
Contact person: Manel Santina
Telephone: +34 678563792
E-mail: msantina@clinic.cat
NUTS code: ES511

Internet address(es):

Main address: http://www.hospitalclinic.org/

Address of the buyer profile: http://www.hospitalclinic.org/

I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:

Swedish Law and the Law (2016:1145) of public procurement (LOU) when applicable.

The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.upphandling.sll.se
Additional information can be obtained from another address:
Stockholms Läns Landsting
232100-0016
PO Box 22550
Stockholm
22550
Sweden
Contact person: Martina Ahlberg
Telephone: +46 765519035
E-mail: martina.ahlberg@sll.se
NUTS code: SE110

Internet address(es):

Main address: http://www.karolinska.se/en/int/live-incite

Address of the buyer profile: www.upphandling.sll.se

Tenders or requests to participate must be submitted electronically via: www.upphandling.sll.se
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: www.upphandling.sll.se
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Health

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Pre-commercial Procurement (PCP) to buy research and development (R&D) services for lifestyle intervention through digital services in the perioperative process

Reference number: 727558
II.1.2) Main CPV code
73100000
II.1.3) Type of contract
Services
II.1.4) Short description:

All interested market actors are invited to respond to the tender of Live Incite Pre-Commercial Procurement (PCP), which aims to develop new solutions supporting healthcare to drive behavioral change in life styles through digital services in order to achieve targeted improved healthcare outcomes of less complications and mortalities in the perioperative process. The solution shall be developed as to be able to address known (e.g. smoking and risky drinking) and future risk factors as well as support and enable continuously improved individual intervention programs. The evaluation of the solution ideas/concepts has been designed to cover four major areas/success factors: Effect, Capability, Feasibility, Sustainability. Read more about the challenge, including evaluation sections and items, in the Live Incite tender, possible to download at www.upphandling.sll.se

II.1.5) Estimated total value
Value excluding VAT: 3 000 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code: SE110
Main site or place of performance:

The primary coordination activities (such as sprint demos and workshops) will be held in Stockholm, with remote access normally provided. The pilot will be held in Stockholm, Barcelona, and Copenhagen.

II.2.4) Description of the procurement:

This procurement is for R&D services to address the following challenge: The overall goal of Live Incite is to improve health outcome of smokers and risky drinkers by reducing postoperative complications through lifestyle interventions with digital services. Live Incite thus challenges the market to develop a digital solution for behavior change that:

1) Supports patients to quit smoking and risky drinking before and after surgery;

2) Can be applied beyond the core case.

The challenge is further specified in the core case and evaluation framework.

The Live Incite PCP is a framework agreement which is implemented by specific contracts, awarded for and covering each specific phase 1, 2, and 3.

We will evaluate four main award criteria: Solution Quality, PCP execution Quality, Financial Compensation for Retention of IPR, and Offered Price.

We have defined four success components for a solution, addressing short as well as long-term aspects:

— Effectiveness: That the solution leads to and enables the desired outcomes,

— Capability: That the solution includes some fundamental functionalities which we have identified as crucial,

— Feasibility: That the solution is practically feasible to implement it,

— Sustainability: That the solution provides the ability to evolve over time.

The PCP will be conducted over 3 phases, starting with publishing the Tender in 1.2018:

Phase 1: Solution design: 7.5.2018 — 24.8.2018.

In the solution design phase, an estimated 4-7 (number not restricted however) tenderers are awarded contract. This phase is a feasibility study of the selected technologies and proposals, which aims to verify the technical, economical and organizational feasibility of each company's offer. The expected outcome from participating companies is a report describing the results of the feasibility study.

Phase 2: Prototype Development: 26.11.2018 — 7.6.2019.

In the Prototype phase, an estimated 3-4 (number not restricted however) contractors (if eligible — defined as having passed the previous phase successfully) are awarded contract to develop a prototype.

Phase 3: Original Development including field test/pilot: 23.9.2019 — 26.6.2020.

An estimated (number not restricted however) 2-3 contractors (if eligible — defined as having passed the previous phase successfully) are awarded contract for the Original Development phase, including 2 parts:

Part 1: Developing a pilot-ready solution.

Part 2: Supporting a pilot (field-test) of the solution, to be run on 3 sites in a real-life clinical setting.

The max budget per contractor and phase: EUR 75 000 (solution design), EUR 400 000 (prototype), EUR 750 000 (orig develop).

Contractors will retain ownership of the Intellectual Property Rights (IPRs) generated during the PCP, provided they have passed the eligibility criteria of providing a financial compensation for such retention of IPR.

The tender documents can be downloaded from www.upphandling.sll.se (see Live Incite) and other details and previous information in regards to the project can be found at the project website: http://www.karolinska.se/en/int/live-incite

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: 3 000 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 07/05/2018
End: 31/08/2020
This contract is subject to renewal: yes
Description of renewals:

A estimated 4-7 (number not restricted however) tenderers are chosen to enter the PCP and will sign a framework agreement covering the entire PCP as well as a specific contract for phase 1. After completion of each phase, tenderers that have executed phase 1 "successfully" (as evaluated by the Procurer) are eligible to bid and compete for award of the next phase.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: 727558
II.2.14) Additional information

This procurement receives funding from EU's Horizon 2020, under Grant Agreement nº 727558 — Live Incite but the EU is not participating as a Contracting Authority in the procurement. The procurement is exempted from the WTO Government Procurement Agreement (GPA), the EU public procurement directives and the national laws that implement them. Look at www.upphandling.sll.se to download the tender.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

The Tenderer shall be registered in the respective Company Register.

III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:

At least a minimum of 50 % of the total value of activities covered by each specific contract for PCP phase 1 and 2 must be performed in the EU Member States or in H2020 associated countries. The principal R&D staff working on each specific contract must be located in the EU Member States or H2020 associated countries.

At least a minimum of 50 % of the total value of activities covered by the framework agreement (i.e. the total value of the activities covered by phase 1 + the total value of the activities covered by phase 2 + the total value of the activities covered by phase 3) must be performed in the EU Member States or H2020 associated countries.

All activities covered by the contract are included in the calculation, i.e. all R&D and operational activities that are needed to perform the R&D services (e.g. research, development, testing, and supporting pilot). This includes all activities performed under the contract by contractors and, if applicable, their subcontractors.

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2017/S 096-189744
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/03/2018
Local time: 23:59
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:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 19/03/2018
Local time: 08:00
Place:

Karolinska University Hospital, Stockholm, Sweden.

Information about authorised persons and opening procedure:

The opening of tenders will be performed by two individuals representing SLL Procurement and the LIVE INCITE project management team.

For the qualification of tenders, the following will be checked for compliance: Language, all content requested being provided, format, exclusion and selection criteria, statement of positive value of discount for retention of IPR.

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:

The procurer may invite economic operators to supplement or clarify the certificates documents submitted pursuant to the present notice.

This contract notice invites interested operators to submit tenders to the procurement.

Participation in the open market consultation held as part of the preparation for this procurement is not a pre-requisite for submitting a tender.

An open information meeting will be held late January in Stockholm, where the Request for Tenders is verbally presented followed by a Q&A session. The exact date, time, location, and details for the open information meeting will be published on http://www.karolinska.se/en/int/live-incite shortly following the publication of the tender. The Q&A will, for the initial Request for Tender/phase 1 tender process as well as for call for tenders for phase 2 and 3, be published on www.upphandling.sll.se

After start of phase 1 all Q&A's – used to distribute non-confidential information equally and transparently — will be published on the project web site (www.karolinska.se/en/int/live-incite).

All questions related to the tender processes must be submitted in writing via the Q&A section of the eTendering platform before the set closing date for request of clarifications for each phase. Any questions received after this deadline will not be answered. Questions must be submitted in English only.

All potential Tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses to Live Incite PCP. Neither the Buyers group, nor the members of the Live Incite consortium assume any obligation whatsoever to compensate or indemnify the Bidders or Contractors for any expense or loss they may incur in the preparation of their Bids. Nothing in this notice or in the Tender Documents, framework agreement, specific contracts or any other written or oral communication to the potential Tenderers from the Procurer or its representatives shall generate any contractual obligations or intention to enter into any contract in the future.

All dates and time periods specified in this contract notice are estimates and the Procurer reserves the right to change these if allowed by the applicable laws or regulations.

VI.4) Procedures for review
VI.4.1) Review body
Förvaltningsrätten i Stockholm (Administrative Court in Stockholm)
Tegeluddsvägen 1
Stockholm
115 41
Sweden
Telephone: +46 856168000
E-mail: forvaltningsrattenistockholm@dom.se

Internet address:http://www.forvaltningsrattenistockholm.domstol.se/

VI.4.2) Body responsible for mediation procedures
Förvaltningsrätten i Stockholm (Administrative Court in Stockholm)
Tegeluddsvägen 1
Stockholm
115 41
Sweden
Telephone: +46 856168000
E-mail: forvaltningsrattenistockholm@dom.se

Internet address:http://www.forvaltningsrattenistockholm.domstol.se/

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Appeals shall be submitted to the Administrative Court in Stockholm, Förvaltningsrätten i Stockholm. The application sent to the Administrative Court shall be made in writing and contain overall the following information; the applicant's contact information, all contact details of the Contracting Authority, details of the procurement covered by the application (name and registration number) and what is claimed and the facts relied upon in support of the claim.

The average processing times at the Administrative Court in Stockholm is currently 3,3 months (http://www.forvaltningsrattenistockholm.domstol.se/Om-forvaltningsratten/Handlaggningstider).

VI.4.4) Service from which information about the review procedure may be obtained
Förvaltningsrätten i Stockholm (Administrative Court in Stockholm)
Tegeluddsvägen 1
Stockholm
115 41
Sweden
Telephone: +46 856168000
E-mail: forvaltningsrattenistockholm@dom.se

Internet address:http://www.forvaltningsrattenistockholm.domstol.se/

VI.5) Date of dispatch of this notice:
15/01/2018

Send til en kollega

0.046