Lewisham and Greenwich NHS Trust: LGT15-P158: Cerner iCare Merger

  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

UK-London: Systems and technical consultancy services.
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

UK-London: Systems and technical consultancy services.

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


View Award Notice