Lewisham and Greenwich NHS Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | LGT15-P158: Cerner iCare Merger |
Notice type: | Contract Notice |
Authority: | Lewisham and Greenwich NHS Trust |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Trust is currently contracted with Cerner for the supply of iCare Lewisham and Greenwich NHS Trust was created on 1st October 2013 from a merger of Lewisham Healthcare NHS Trust and the Queen Elizabeth Hospital, Woolwich; The focus since merger has been to ensure business continuity, advance the infrastructure programme, continue with deployments of the Cerner systems on each of the sites and prepare for the deployment of the Virtual Patient Record. At Queen Elizabeth Hospital (QEH), the Cerner system went live on 6th July 2014 as part of the BT LSP contract. At University Hospital Lewisham, the Cerner system, under a direct contract with Cerner, went live in May 2015 with an upgrade to the latest code base scheduled for June2016. The deployment of FirstNet within UHL ED, the merger of the two instances of Cerner at QEH and UHL followed by the deployment of Phase 2 clinical functionality across both sites. |
Published: | 14/04/2016 16:41 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Lewisham and Greenwich NHS Trust
Procurement Department, 1st Floor, Owen Centre, University Hospital Lewisham, High Street, Lewisham, London, SE13 6LH, United Kingdom
Tel. +44 2083333000, Fax. +44 2083333000, Email: tom.hull@nhs.net
Main Address: http://www.lewishamandgreenwich.nhs.uk/, Address of the buyer profile: http://www.lewishamandgreenwich.nhs.uk
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: LGT15-P158: Cerner iCare Merger
Reference Number: LGT15-P158
II.1.2) Main CPV Code:
72220000 - Systems and technical consultancy services.
RC05-3 - In information technology
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Trust is currently contracted with Cerner for the supply of iCare Lewisham and Greenwich NHS Trust was created on 1st October 2013 from a merger of Lewisham Healthcare NHS Trust and the Queen Elizabeth Hospital, Woolwich;
The focus since merger has been to ensure business continuity, advance the infrastructure programme, continue with deployments of the Cerner systems on each of the sites and prepare for the deployment of the Virtual Patient Record. At Queen Elizabeth Hospital (QEH), the Cerner system went live on 6th July 2014 as part of the BT LSP contract. At University Hospital Lewisham, the Cerner system, under a direct contract with Cerner, went live in May 2015 with an upgrade to the latest code base scheduled for June2016.
The deployment of FirstNet within UHL ED, the merger of the two instances of Cerner at QEH and UHL followed by the deployment of Phase 2 clinical functionality across both sites.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: LGT15-P158: Cerner iCare Merger
Lot No: 1
II.2.2) Additional CPV codes:
48814400 - Clinical information system.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Consultancy services for all three projects, to include specifically (but not exclusively):
•Delivery of Programme/Project Management services
•Testing
•Change management
•Transition to service
•Management of Trust side project staff and data migration contractors
•Management of other third parties, including the relationship with Cerner
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: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 18
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Please follow the instructions in the OJEU Notice to register on www.delta-esourcing.com and download the full ITT documentation.
II.2) Description Lot No. 2
II.2.1) Title: LGT15-P158: Cerner iCare Merger
Lot No: 2
II.2.2) Additional CPV codes:
48814400 - Clinical information system.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Consultancy for the planning and end to end delivery of Data Migration services for merger of the Cerner Millennium instances at QEH and UHL, scope of which is defined within the Data Migration Strategy (separately uploaded in the TenderBox).
This will involve:
•Data migration (extraction, transformation, load, testing and support). Data will need to be transformed into Cerner Millennium IFF specifications. Data Migration will be performed using three trial loads, plus Full Dress Rehearsal, then a go-live. The capability to include 'mini' loads must be covered within the requirements. This requirement will include delivery of full data migration services and toolsets.
•Data migration workstream management, including testing
•Archiving as per data migration strategy
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: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 18
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Please follow the instructions in the OJEU Notice to register on www.delta-esourcing.com and download the full ITT documentation.
II.2) Description Lot No. 3
II.2.1) Title: LGT15-P158: Cerner iCare Merger
Lot No: 3
II.2.2) Additional CPV codes:
48814400 - Clinical information system.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Planning and delivery of Training Services for both merger of the Cerner Millennium instances at QEH and UHL and the Phase 2 roll-out. This will include:
•Classroom training
•1:1 training
•E-Learning
•Floor-walking as required
•Creation of training collateral – ‘how to’ guides, QRG’s etc.
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: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 18
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Please follow the instructions in the OJEU Notice to register on www.delta-esourcing.com and download the full ITT documentation.
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:
N/a
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Please refer to full ITT Documentation
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: Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open Acclerated
Justification for the choice of accelerated procedure: The Project needs to be started at the beginning of June 2016, and there will be a requirement for a period of discovery and planning beforehand.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 02/05/2016 Time: 17:00
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 month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 03/05/2016
Time: 09:00
Place:
Procurement Offices
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=198902306
VI.4) Procedures for review
VI.4.1) Review body:
Lewisham and Greenwich NHS Trust
Procurement Department, 1st Floor, Owen Centre, University Hospital Lewisham, High Street, Lewisham, London, SE13 6LH, United Kingdom
Tel. +44 2083333000, Fax. +44 2083333000, Email: tom.hull@nhs.net
Internet address: http://www.lewishamandgreenwich.nhs.uk
VI.4.2) Body responsible for mediation procedures:
Lewisham and Greenwich NHS Trust
Procurement Department, 1st Floor, Owen Centre, University Hospital Lewisham, High Street, Lewisham, London, SE13 6LH, United Kingdom
Tel. +44 2083333000, Fax. +44 2083333000, Email: tom.hull@nhs.net
Internet address: http://www.lewishamandgreenwich.nhs.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Lewisham and Greenwich NHS Trust
Procurement Department, 1st Floor, Owen Centre, University Hospital Lewisham, High Street, Lewisham, London, SE13 6LH, United Kingdom
Tel. +44 2083333000, Fax. +44 2083333000, Email: tom.hull@nhs.net
Internet address: http://www.lewishamandgreenwich.nhs.uk
VI.5) Date Of Dispatch Of This Notice: 14/04/2016
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Lewisham and Greenwich NHS Trust
Procurement Department, 1st Floor, Owen Centre, University Hospital Lewisham, High Street, Lewisham, London, SE13 6LH, United Kingdom
Tel. +44 2083333000, Fax. +44 2083333000, Email: tom.hull@nhs.net
Main Address: http://www.lewishamandgreenwich.nhs.uk/, Address of the buyer profile: http://www.lewishamandgreenwich.nhs.uk
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: LGT15-P158: Cerner iCare Merger Reference number: LGT15-P158
II.1.2) Main CPV code:
72220000 - Systems and technical consultancy services.
RC05-3 - In information technology
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The Trust is currently contracted with Cerner for the supply of iCare Lewisham and Greenwich NHS Trust was created on 1st October 2013 from a merger of Lewisham Healthcare NHS Trust and the Queen Elizabeth Hospital, Woolwich;
The focus since merger has been to ensure business continuity, advance the infrastructure programme, continue with deployments of the Cerner systems on each of the sites and prepare for the deployment of the Virtual Patient Record. At Queen Elizabeth Hospital (QEH), the Cerner system went live on 6th July 2014 as part of the BT LSP contract. At University Hospital Lewisham, the Cerner system, under a direct contract with Cerner, went live in May 2015 with an upgrade to the latest code base scheduled for June2016.
The deployment of FirstNet within UHL ED, the merger of the two instances of Cerner at QEH and UHL followed by the deployment of Phase 2 clinical functionality across both sites.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 20/04/2016
VI.6) Original notice reference:
Notice Reference: 2016 - 177791
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 14/04/2016
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: VII.2
Lot No: Not provided
Place of text to be modified: additional information
Instead of: include tender access code
Read: www.delta-esourcing .com
Access Code P46SB3D8VD
VII.2) 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.
Access code for Delta tender box:- P46SB3D8VD
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Systems-and-technical-consultancy-services./P46SB3D8VD
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/P46SB3D8VD