North and East London Commissioning Support Unit: Islington Integrated Care Pioneer and Partners - Integrated Digital Care Record and Person Held Record

  North and East London Commissioning Support Unit has published this notice through Delta eSourcing

Notice Summary
Title: Islington Integrated Care Pioneer and Partners - Integrated Digital Care Record and Person Held Record
Notice type: Contract Notice
Authority: North and East London Commissioning Support Unit
Nature of contract: Services
Procedure: Open
Short Description: Islington Integrated Care Pioneer and Partners, including Islington Clinical Commissioning Group (CCG), wishes to engage with a suitably qualified service provider for the provision of an Integrated Digital Care Record (IDCR) solution (software and services) to support the delivery of integrated health and social care services across Islington. This procurement will be for the benefit of the Islington Integrated Care Pioneer and Partners. This innovative solution will also require a Person Held Record (PHR) for the citizens of Islington that will enable the exchange of information with health and social care services and interact in multiple and innovative ways and assist patients and carers in managing health and wellbeing.The solution will be used and accessed by Islington health and social care staff as well as other organisations that need to have access to the solution to support patient care, new ways of working such as new models of care, clinical pathways and collaborative working.This may include other healthcare organisations, social care partners, independent sector providers third sector. The solution must be capable of supporting the delivery of care across multiple care settings including flexible integration and interoperability with existing and future organisation systems. The solution must:Be robust, secure and flexible enough to support all current and potential future needs of health and social care services in Islington. The solution will be required to capture real-time data from across the multiple organisations (this must include the ability for supporting Mobile Disconnected Working). Interface with multiple organisation systems via data ties and national applications and be capable of exchanging patient data with social care, GP and systems belonging to other healthcare organisations. Support services provided to both Children and Adults. The solution must provide information to clinicians and other staff. The solution must be patient centric and display data in a clinically meaningful way to enable better management of individuals and their health and care.We are seeking to award the contract for a period of 5 years (initially for 3 years with the option to extend for a further 2 years in 2 x 12-month instalments). To participate in the tender opportunity, bidders must register with the ProContract eTendering portal at https://www.supplying2nhs.comBid responses must be submitted by 1200 hours on 15th April 2015 Late submissions will not be accepted.Proposing a SolutionPlease refer to the OBS/Specification document for full details of our requirement for the delivery of an Integrated Digital Care Record (IDCR) solution (software and services) and Person Held Record (PHR) to support the delivery of integrated health and social care services across Islington. The solution must consist of:•Integrated Digital Care Record (IDCR) •Person Held Record (PHR)In proposing a solution you are required to complete and submit the Selection Criteria and Tender Response documents and the information requested in the Financial Model Template. Tender proposals must be submitted in a PDF format, with pricing submitted in a separate file (or submit one priced and one unpriced bid). Bids received after the above date and time may not be considered. ApproachThe approach to this bid evaluation will be based on the following principles:•The CCG will reject any Bid which is not a Compliant Bid (see below) of this document for what constitutes a Compliant Bid;•An assessment of the technical and financial proposals within the Bids will be made; and•Emphasis will be placed on the deliverability aspects of the Bid.Bids will be appraised in absolute terms and will seek to obtain best combination of quality, price and deliverability (within the constraints of the requirements set out in this document). The evaluation process will seek to identify the Bid, which represents the most economically advantageous solution.Bids will be appraised both qualitatively and quantitatively however the CCG reserves the right not to appr
Published: 27/02/2015 15:18

View Full Notice

UK-London: Software package and information systems.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      North and East London Commissioning Support Unit
      Stephenson House, 75 Hampstead Road, London, NW1 2PL, United Kingdom
      URL: www.nww.nelcsu.nhs.uk, URL: https://www.supplying2nhs.com
      Contact: Jennifer Rhoden, Attn: Jennifer Rhoden
      Electronic Access URL: https://www.supplying2nhs.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   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: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Islington Integrated Care Pioneer and Partners - Integrated Digital Care Record and Person Held Record
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         Region Codes: UKI1 - Inner London         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Software package and information systems. Islington Integrated Care Pioneer and Partners, including Islington Clinical Commissioning Group (CCG), wishes to engage with a suitably qualified service provider for the provision of an Integrated Digital Care Record (IDCR) solution (software and services) to support the delivery of integrated health and social care services across Islington. This procurement will be for the benefit of the Islington Integrated Care Pioneer and Partners. This innovative solution will also require a Person Held Record (PHR) for the citizens of Islington that will enable the exchange of information with health and social care services and interact in multiple and innovative ways and assist patients and carers in managing health and wellbeing.The solution will be used and accessed by Islington health and social care staff as well as other organisations that need to have access to the solution to support patient care, new ways of working such as new models of care, clinical pathways and collaborative working.This may include other healthcare organisations, social care partners, independent sector providers third sector. The solution must be capable of supporting the delivery of care across multiple care settings including flexible integration and interoperability with existing and future organisation systems. The solution must:Be robust, secure and flexible enough to support all current and potential future needs of health and social care services in Islington. The solution will be required to capture real-time data from across the multiple organisations (this must include the ability for supporting Mobile Disconnected Working). Interface with multiple organisation systems via data ties and national applications and be capable of exchanging patient data with social care, GP and systems belonging to other healthcare organisations. Support services provided to both Children and Adults. The solution must provide information to clinicians and other staff. The solution must be patient centric and display data in a clinically meaningful way to enable better management of individuals and their health and care.We are seeking to award the contract for a period of 5 years (initially for 3 years with the option to extend for a further 2 years in 2 x 12-month instalments). To participate in the tender opportunity, bidders must register with the ProContract eTendering portal at https://www.supplying2nhs.comBid responses must be submitted by 1200 hours on 15th April 2015 Late submissions will not be accepted.Proposing a SolutionPlease refer to the OBS/Specification document for full details of our requirement for the delivery of an Integrated Digital Care Record (IDCR) solution (software and services) and Person Held Record (PHR) to support the delivery of integrated health and social care services across Islington. The solution must consist of:•Integrated Digital Care Record (IDCR) •Person Held Record (PHR)In proposing a solution you are required to complete and submit the Selection Criteria and Tender Response documents and the information requested in the Financial Model Template. Tender proposals must be submitted in a PDF format, with pricing submitted in a separate file (or submit one priced and one unpriced bid). Bids received after the above date and time may not be considered. ApproachThe approach to this bid evaluation will be based on the following principles:•The CCG will reject any Bid which is not a Compliant Bid (see below) of this document for what constitutes a Compliant Bid;•An assessment of the technical and financial proposals within the Bids will be made; and•Emphasis will be placed on the deliverability aspects of the Bid.Bids will be appraised in absolute terms and will seek to obtain best combination of quality, price and deliverability (within the constraints of the requirements set out in this document). The evaluation process will seek to identify the Bid, which represents the most economically advantageous solution.Bids will be appraised both qualitatively and quantitatively however the CCG reserves the right not to appraise in detail, and / or to reject any Bid where the prices offered are significantly higher than those offered by other comparable Bids. Any Bid put on hold in this way may be re-assessed should any aspect of the remaining Bids be called into question at any point during the procurement process.Supplier EventProvision has been made to hold a Supplier Event on the 9th March 2015 at the following venue:Seminar Room 2Resource for London356 Holloway RoadLondon N7 6PAThe purpose of this event will enable suppliers to fully understand our requirements in context and ensure no misconceptions are made. All discussions, questions and answers will be recorded and made available to any potential supplier to ensure we meet fair competition requirements. The event will start of 9:00am with each supplier expressing an interest being allotted a 30-minute Question and Answer session with representatives of the Pioneer Group Time allocation will be allotted on a first come basis therefore the onus is on you to respond at your earliest convenience and by 10am on Thursday 5th March.A maximum of 3 representatives from each Bidder is permitted.To express an interest in this event, and tender, bidders must register with the ProContract eTendering portal at https://www.supplying2nhs.com
         
      II.1.6)Common Procurement Vocabulary:
         48000000 - Software package and information systems.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Islington Integrated Care Pioneer and Partners, including Islington Clinical Commissioning Group (CCG), wishes to engage with a suitably qualified service provider for the provision of an Integrated Digital Care Record (IDCR) solution (software and services) to support the delivery of integrated health and social care services across Islington. This procurement will be for the benefit of the Islington Integrated Care Pioneer and Partners. This innovative solution will also require a Person Held Record (PHR) for the citizens of Islington that will enable the exchange of information with health and social care services and interact in multiple and innovative ways and assist patients and carers in managing health and wellbeing.The solution will be used and accessed by Islington health and social care staff as well as other organisations that need to have access to the solution to support patient care, new ways of working such as new models of care, clinical pathways and collaborative working.This may include other healthcare organisations, social care partners, independent sector providers third sector. The solution must be capable of supporting the delivery of care across multiple care settings including flexible integration and interoperability with existing and future organisation systems. The solution must:Be robust, secure and flexible enough to support all current and potential future needs of health and social care services in Islington. The solution will be required to capture real-time data from across the multiple organisations (this must include the ability for supporting Mobile Disconnected Working). Interface with multiple organisation systems via data ties and national applications and be capable of exchanging patient data with social care, GP and systems belonging to other healthcare organisations. Support services provided to both Children and Adults. The solution must provide information to clinicians and other staff. The solution must be patient centric and display data in a clinically meaningful way to enable better management of individuals and their health and care.We are seeking to award the contract for a period of 5 years (initially for 3 years with the option to extend for a further 2 years in 2 x 12-month instalments). To participate in the tender opportunity, bidders must register with the ProContract eTendering portal at https://www.supplying2nhs.comBid responses must be submitted by 1200 hours on 15th April 2015 Late submissions will not be accepted.Proposing a SolutionPlease refer to the OBS/Specification document for full details of our requirement for the delivery of an Integrated Digital Care Record (IDCR) solution (software and services) and Person Held Record (PHR) to support the delivery of integrated health and social care services across Islington. The solution must consist of:•Integrated Digital Care Record (IDCR) •Person Held Record (PHR)In proposing a solution you are required to complete and submit the Selection Criteria and Tender Response documents and the information requested in the Financial Model Template. Tender proposals must be submitted in a PDF format, with pricing submitted in a separate file (or submit one priced and one unpriced bid). Bids received after the above date and time may not be considered. ApproachThe approach to this bid evaluation will be based on the following principles:•The CCG will reject any Bid which is not a Compliant Bid (see below) of this document for what constitutes a Compliant Bid;•An assessment of the technical and financial proposals within the Bids will be made; and•Emphasis will be placed on the deliverability aspects of the Bid.Bids will be appraised in absolute terms and will seek to obtain best combination of quality, price and deliverability (within the constraints of the requirements set out in this document). The evaluation process will seek to identify the Bid, which represents the most economically advantageous solution.Bids will be appraised both qualitatively and quantitatively however the CCG reserves the right not to appraise in detail, and / or to reject any Bid where the prices offered are significantly higher than those offered by other comparable Bids. Any Bid put on hold in this way may be re-assessed should any aspect of the remaining Bids be called into question at any point during the procurement process.Supplier EventProvision has been made to hold a Supplier Event on the 9th March 2015 at the following venue:Seminar Room 2Resource for London356 Holloway RoadLondon N7 6PAThe purpose of this event will enable suppliers to fully understand our requirements in context and ensure no misconceptions are made. All discussions, questions and answers will be recorded and made available to any potential supplier to ensure we meet fair competition requirements. The event will start of 9:00am with each supplier expressing an interest being allotted a 30-minute Question and Answer session with representatives of the Pioneer Group Time allocation will be allotted on a first come basis therefore the onus is on you to respond at your earliest convenience and by 10am on Thursday 5th March.A maximum of 3 representatives from each Bidder is permitted.To express an interest in this event, bidders must register with the ProContract eTendering portal at https://www.supplying2nhs.com      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      CCS Model Services Contract – ICT      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Evaluation criteria are detailed in the tender documents. You can access the documents by registering on to our e-tendering portal at: https://www.supplying2nhs.com. Once registered, you will be able to access and view all the tender documents. Minimum Level(s) of standards required.         
         Minimum Level(s) of standards possibly required:
         Please refer to the tender documents on the e-tendering portal. Link is https://www.supplying2nhs.com. Once registered, you will be able to access and view all the tender documents.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As described in the tender documentation      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   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: NELCSU/ISL/JR/300035      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 15/04/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Date: 15/04/2015
         Time: 12:00


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=132914844
GO-2015227-PRO-6401530 TKR-2015227-PRO-6401529
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      MONITOR
      Monitor House, 133-155 Waterloo Road, London, SE1 8UG
      URL: https://www.gov.uk/government/organisations/monitor

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 27/02/2015

ANNEX A

View any Notice Addenda

Islington Integrated Care Pioneer and Partners - Integrated Digital Care Record and Person Held Record

UK-London: Software package and information systems.

Section I: Contracting Authority
   Title: UK-London: Software package and information systems.
   I.1)Name, Addresses And Contact Point(s)
      North and East London Commissioning Support Unit
      Stephenson House, 75 Hampstead Road, London, NW1 2PL, United Kingdom
      URL: www.nww.nelcsu.nhs.uk, URL: https://www.supplying2nhs.com
      Contact: Jennifer Rhoden, Attn: Jennifer Rhoden
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Islington Integrated Care Pioneer and Partners - Integrated Digital Care Record and Person Held Record
      II.1.2)Short description of the contract or purchase:
      Software package and information systems. UPDATE: The deadline for the submission of bids is now 12:00 on the 29th April 2015 and contract term has been amended for 5 years instead of 3+1+1.

Islington Integrated Care Pioneer and Partners, including Islington Clinical Commissioning Group (CCG), wishes to engage with a suitably qualified service provider for the provision of an Integrated Digital Care Record (IDCR) solution (software and services) to support the delivery of integrated health and social care services across Islington. This procurement will be for the benefit of the Islington Integrated Care Pioneer and Partners. This innovative solution will also require a Person Held Record (PHR) for the citizens of Islington that will enable the exchange of information with health and social care services and interact in multiple and innovative ways and assist patients and carers in managing health and wellbeing.The solution will be used and accessed by Islington health and social care staff as well as other organisations that need to have access to the solution to support patient care, new ways of working such as new models of care, clinical pathways and collaborative working.This may include other healthcare organisations, social care partners, independent sector providers third sector. The solution must be capable of supporting the delivery of care across multiple care settings including flexible integration and interoperability with existing and future organisation systems. The solution must:Be robust, secure and flexible enough to support all current and potential future needs of health and social care services in Islington. The solution will be required to capture real-time data from across the multiple organisations (this must include the ability for supporting Mobile Disconnected Working). Interface with multiple organisation systems via data ties and national applications and be capable of exchanging patient data with social care, GP and systems belonging to other healthcare organisations. Support services provided to both Children and Adults. The solution must provide information to clinicians and other staff. The solution must be patient centric and display data in a clinically meaningful way to enable better management of individuals and their health and care.We are seeking to award the contract for a period of 5 years (initially for 3 years with the option to extend for a further 2 years in 2 x 12-month instalments). To participate in the tender opportunity, bidders must register with the ProContract eTendering portal at https://www.supplying2nhs.comBid responses must be submitted by 1200 hours on 15th April 2015 Late submissions will not be accepted.Proposing a SolutionPlease refer to the OBS/Specification document for full details of our requirement for the delivery of an Integrated Digital Care Record (IDCR) solution (software and services) and Person Held Record (PHR) to support the delivery of integrated health and social care services across Islington. The solution must consist of:•Integrated Digital Care Record (IDCR) •Person Held Record (PHR)In proposing a solution you are required to complete and submit the Selection Criteria and Tender Response documents and the information requested in the Financial Model Template. Tender proposals must be submitted in a PDF format, with pricing submitted in a separate file (or submit one priced and one unpriced bid). Bids received after the above date and time may not be considered. ApproachThe approach to this bid evaluation will be based on the following principles:•The CCG will reject any Bid which is not a Compliant Bid (see below) of this document for what constitutes a Compliant Bid;•An assessment of the technical and financial proposals within the Bids will be made; and•Emphasis will be placed on the deliverability aspects of the Bid.Bids will be appraised in absolute terms and will seek to obtain best combination of quality, price and deliverability (within the constraints of the requirements set out in this document). The evaluation process will seek to identify the Bid, which represents the most economically advantageous solution.Bids will be appraised both qualitatively and quantitatively however the CCG reserves the right not to appraise in detail, and / or to reject any Bid where the prices offered are significantly higher than those offered by other comparable Bids. Any Bid put on hold in this way may be re-assessed should any aspect of the remaining Bids be called into question at any point during the procurement process.Supplier EventProvision has been made to hold a Supplier Event on the 9th March 2015 at the following venue:Seminar Room 2Resource for London356 Holloway RoadLondon N7 6PAThe purpose of this event will enable suppliers to fully understand our requirements in context and ensure no misconceptions are made. All discussions, questions and answers will be recorded and made available to any potential supplier to ensure we meet fair competition requirements. The event will start of 9:00am with each supplier expressing an interest being allotted a 30-minute Question and Answer session with representatives of the Pioneer Group Time allocation will be allotted on a first come basis therefore the onus is on you to respond at your earliest convenience and by 10am on Thursday 5th March.A maximum of 3 representatives from each Bidder is permitted.To express an interest in this event, and tender, bidders must register with the ProContract eTendering portal at https://www.supplying2nhs.com
      
      II.1.3)Common procurement vocabulary:
      48000000 - Software package and information systems.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: NELCSU/ISL/JR/300035      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2015 - 153750
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 27/02/2015
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: Deadline/submission date            
            Instead of: 15/04/2015 Time: 12:00
            Read: 29/04/2015 Time: 12:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice:            
            Place of text to be added: Short Description
            
            Text to be added: UPDATE: The deadline for the submission of bids is now 12:00 on the 29th April 2015 and contract term has been amended for 5 years instead of 3+1+1.

      VI.4)Other 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=136801154
GO-2015316-PRO-6441316 TKR-2015316-PRO-6441315

      VI.5)Date of dispatch: 16/03/2015
Islington Integrated Care Pioneer and Partners - Integrated Digital Care Record and Person Held Record

UK-London: Software package and information systems.

Section I: Contracting Authority
   Title: UK-London: Software package and information systems.
   I.1)Name, Addresses And Contact Point(s)
      North and East London Commissioning Support Unit
      Stephenson House, 75 Hampstead Road, London, NW1 2PL, United Kingdom
      URL: www.nww.nelcsu.nhs.uk, URL: https://www.supplying2nhs.com
      Contact: Jennifer Rhoden, Attn: Jennifer Rhoden
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Islington Integrated Care Pioneer and Partners - Integrated Digital Care Record and Person Held Record
      II.1.2)Short description of the contract or purchase:
      Software package and information systems. UPDATE: DEADLINE DATE FOR THE RECEIPT OF TENDERS IS 12:00 ON 29 APRIL 2015

Islington Integrated Care Pioneer and Partners, including Islington Clinical Commissioning Group (CCG), wishes to engage with a suitably qualified service provider for the provision of an Integrated Digital Care Record (IDCR) solution (software and services) to support the delivery of integrated health and social care services across Islington. This procurement will be for the benefit of the Islington Integrated Care Pioneer and Partners. This innovative solution will also require a Person Held Record (PHR) for the citizens of Islington that will enable the exchange of information with health and social care services and interact in multiple and innovative ways and assist patients and carers in managing health and wellbeing.The solution will be used and accessed by Islington health and social care staff as well as other organisations that need to have access to the solution to support patient care, new ways of working such as new models of care, clinical pathways and collaborative working.This may include other healthcare organisations, social care partners, independent sector providers third sector. The solution must be capable of supporting the delivery of care across multiple care settings including flexible integration and interoperability with existing and future organisation systems. The solution must:Be robust, secure and flexible enough to support all current and potential future needs of health and social care services in Islington. The solution will be required to capture real-time data from across the multiple organisations (this must include the ability for supporting Mobile Disconnected Working). Interface with multiple organisation systems via data ties and national applications and be capable of exchanging patient data with social care, GP and systems belonging to other healthcare organisations. Support services provided to both Children and Adults. The solution must provide information to clinicians and other staff. The solution must be patient centric and display data in a clinically meaningful way to enable better management of individuals and their health and care.We are seeking to award the contract for a period of 5 years (initially for 3 years with the option to extend for a further 2 years in 2 x 12-month instalments). To participate in the tender opportunity, bidders must register with the ProContract eTendering portal at https://www.supplying2nhs.comBid responses must be submitted by 1200 hours on 15th April 2015 Late submissions will not be accepted.Proposing a SolutionPlease refer to the OBS/Specification document for full details of our requirement for the delivery of an Integrated Digital Care Record (IDCR) solution (software and services) and Person Held Record (PHR) to support the delivery of integrated health and social care services across Islington. The solution must consist of:•Integrated Digital Care Record (IDCR) •Person Held Record (PHR)In proposing a solution you are required to complete and submit the Selection Criteria and Tender Response documents and the information requested in the Financial Model Template. Tender proposals must be submitted in a PDF format, with pricing submitted in a separate file (or submit one priced and one unpriced bid). Bids received after the above date and time may not be considered. ApproachThe approach to this bid evaluation will be based on the following principles:•The CCG will reject any Bid which is not a Compliant Bid (see below) of this document for what constitutes a Compliant Bid;•An assessment of the technical and financial proposals within the Bids will be made; and•Emphasis will be placed on the deliverability aspects of the Bid.Bids will be appraised in absolute terms and will seek to obtain best combination of quality, price and deliverability (within the constraints of the requirements set out in this document). The evaluation process will seek to identify the Bid, which represents the most economically advantageous solution.Bids will be appraised both qualitatively and quantitatively however the CCG reserves the right not to appraise in detail, and / or to reject any Bid where the prices offered are significantly higher than those offered by other comparable Bids. Any Bid put on hold in this way may be re-assessed should any aspect of the remaining Bids be called into question at any point during the procurement process.Supplier EventProvision has been made to hold a Supplier Event on the 9th March 2015 at the following venue:Seminar Room 2Resource for London356 Holloway RoadLondon N7 6PAThe purpose of this event will enable suppliers to fully understand our requirements in context and ensure no misconceptions are made. All discussions, questions and answers will be recorded and made available to any potential supplier to ensure we meet fair competition requirements. The event will start of 9:00am with each supplier expressing an interest being allotted a 30-minute Question and Answer session with representatives of the Pioneer Group Time allocation will be allotted on a first come basis therefore the onus is on you to respond at your earliest convenience and by 10am on Thursday 5th March.A maximum of 3 representatives from each Bidder is permitted.To express an interest in this event, and tender, bidders must register with the ProContract eTendering portal at https://www.supplying2nhs.com
      
      II.1.3)Common procurement vocabulary:
      48000000 - Software package and information systems.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: NELCSU/ISL/JR/300035      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2015 - 153750
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 27/02/2015
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: Time limit for receipt of tenders or requests to participate            
            Instead of: 15/04/2015 Time: 12:00
            Read: 29/04/2015 Time: 12:00
            Place of dates to be modified: Conditions for opening of tenders            
            Instead of: 15/04/2015 Time: 12:00
            Read: 29/04/2015 Time: 12:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=137214067
GO-2015318-PRO-6447218 TKR-2015318-PRO-6447217

      VI.5)Date of dispatch: 18/03/2015

View Award Notice

UK-London: Software package and information systems.

Section I: Contracting Authority
   Title: UK-London: Software package and information systems.
   I.1)Name, Addresses and Contact Point(s):
      North and East London Commissioning Support Unit
      Stephenson House, 75 Hampstead Road, London, NW1 2PL, United Kingdom
      Email: clinical.procurement@nelcsu.nhs.uk, URL: www.nww.nelcsu.nhs.uk, URL: https://www.supplying2nhs.com
      Contact: Jennifer Rhoden, Attn: Jennifer Rhoden
      Electronic Access URL: https://www.supplying2nhs.com

   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: Yes

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Islington Integrated Care Pioneer and Partners - Integrated Digital Care Record and Person Held Record      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 7
         
         Region Codes: UKI1 - Inner London         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Software package and information systems. Islington Integrated Care Pioneer and Partners, including Islington Clinical Commissioning Group (CCG), wishes to engage with a suitably qualified service provider for the provision of an Integrated Digital Care Record (IDCR) solution (software and services) to support the delivery of integrated health and social care services across Islington. This procurement will be for the benefit of the Islington Integrated Care Pioneer and Partners. This innovative solution will also require a Person Held Record (PHR) for the citizens of Islington that will enable the exchange of information with health and social care services and interact in multiple and innovative ways and assist patients and carers in managing health and wellbeing.The solution will be used and accessed by Islington health and social care staff as well as other organisations that need to have access to the solution to support patient care, new ways of working such as new models of care, clinical pathways and collaborative working.This may include other healthcare organisations, social care partners, independent sector providers third sector. The solution must be capable of supporting the delivery of care across multiple care settings including flexible integration and interoperability with existing and future organisation systems. The solution must:Be robust, secure and flexible enough to support all current and potential future needs of health and social care services in Islington. The solution will be required to capture real-time data from across the multiple organisations (this must include the ability for supporting Mobile Disconnected Working). Interface with multiple organisation systems via data ties and national applications and be capable of exchanging patient data with social care, GP and systems belonging to other healthcare organisations. Support services provided to both Children and Adults. The solution must provide information to clinicians and other staff. The solution must be patient centric and display data in a clinically meaningful way to enable better management of individuals and their health and care.We are seeking to award the contract for a period of 5 years (initially for 3 years with the option to extend for a further 2 years in 2 x 12-month instalments). To participate in the tender opportunity, bidders must register with the ProContract eTendering portal at https://www.supplying2nhs.comBid responses must be submitted by 1200 hours on 15th April 2015 Late submissions will not be accepted.Proposing a SolutionPlease refer to the OBS/Specification document for full details of our requirement for the delivery of an Integrated Digital Care Record (IDCR) solution (software and services) and Person Held Record (PHR) to support the delivery of integrated health and social care services across Islington. The solution must consist of:•Integrated Digital Care Record (IDCR) •Person Held Record (PHR)In proposing a solution you are required to complete and submit the Selection Criteria and Tender Response documents and the information requested in the Financial Model Template. Tender proposals must be submitted in a PDF format, with pricing submitted in a separate file (or submit one priced and one unpriced bid). Bids received after the above date and time may not be considered. ApproachThe approach to this bid evaluation will be based on the following principles:•The CCG will reject any Bid which is not a Compliant Bid (see below) of this document for what constitutes a Compliant Bid;•An assessment of the technical and financial proposals within the Bids will be made; and•Emphasis will be placed on the deliverability aspects of the Bid.Bids will be appraised in absolute terms and will seek to obtain best combination of quality, price and deliverability (within the constraints of the requirements set out in this document). The evaluation process will seek to identify the Bid, which represents the most economically advantageous solution.Bids will be appraised both qualitatively and quantitatively however the CCG reserves the right not to appraise in detail, and / or to reject any Bid where the prices offered are significantly higher than those offered by other comparable Bids. Any Bid put on hold in this way may be re-assessed should any aspect of the remaining Bids be called into question at any point during the procurement process.Supplier EventProvision has been made to hold a Supplier Event on the 9th March 2015 at the following venue:Seminar Room 2Resource for London356 Holloway RoadLondon N7 6PAThe purpose of this event will enable suppliers to fully understand our requirements in context and ensure no misconceptions are made. All discussions, questions and answers will be recorded and made available to any potential supplier to ensure we meet fair competition requirements. The event will start of 9:00am with each supplier expressing an interest being allotted a 30-minute Question and Answer session with representatives of the Pioneer Group Time allocation will be allotted on a first come basis therefore the onus is on you to respond at your earliest convenience and by 10am on Thursday 5th March.A maximum of 3 representatives from each Bidder is permitted.To express an interest in this event, and tender, bidders must register with the ProContract eTendering portal at https://www.supplying2nhs.com
      II.1.5)Common procurement vocabulary:
         48000000 - Software package and information systems.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Functional and User Requirements - 15
         Technical Requirements - 10
         Interoperability and Integration - 10
         Information Governance and Compliance - 10
         Implementation and Support - 10
         Information Governance - 10
         Experience and Ability to Deliver - 10
         Price - 25
         
      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: NELCSU/ISL/JR/300035         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 09/09/2015      
      V.2) Information About Offers
         Number Of Offers Received: 8          
         Number Of Offers Received By Electronic Means: 8       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: British Telecommunication Plc (BT)
         Postal address: 81 Newgate Street
         Town: London
         Postal code: EC1A 7AJ
         Country: United Kingdom
         Email: steven.3.powell@bt.com
      V.4)Information On Value Of Contract
         If annual or monthly value:
            Number of years: 5
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


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 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=166500565
GO-2016219-PRO-7782455 TKR-2016219-PRO-7782454   
   VI.3.1)Body responsible for appeal procedures:
      MONITOR
      Monitor House, 133-155 Waterloo Road, London, SE1 8UG
      URL: https://www.gov.uk/government/organisations/monitor
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 19/02/2016   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      Islington Clinical Commissioning Group
      338 - 346 Gosswell Road, London, EC1V 7LQ, United Kingdom
   
   2: Contracting Authority
      Barnet Clinical Commissioning Group
      North London Business Park, 4 Oackleigh Road South, London, N11 1NP, United Kingdom
   
   3: Contracting Authority
      Enfield Clinical Commissioning Group
      Holbrook House, Cockfosters Road, London, EN4 0DR, United Kingdom
   
   4: Contracting Authority
      Haringey Clinical Commissioning Group
      River Park house, 225 High road, London, N22 8HQ, United Kingdom
   
   5: Contracting Authority
      Camden Clinical Commissioning Group
      Stephenson House, 75 Hampstead Road, London, NW1 2PL, United Kingdom