Shropshire Healthcare Procurement Service. has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | EPR/IDCR (Electronic Patient Record/Integrated Digital Care Record) - Shropshire Community Health NHS Trust |
Notice type: | Contract Notice |
Authority: | Shropshire Healthcare Procurement Service. |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | Shropshire Community Health NHS Trust (also referred to as the 'Trust' in related documents and notices) requires the provision of an Electronic Patient Record (EPR) / Integrated Digital Care Record (IDCR) solution (software and services) to support the delivery of integrated community health services. The solution will be used and accessed by Trust staff as well as other organisations who need to have access to the solution to support patient care. This may include other healthcare organisations, social care partners and independent sector providers. The solution must be capable of supporting the delivery of care across multiple care settings including integration and interoperability with existing and future Trust systems. The contract will include data migration, system training, deployment, operational reporting, change management, maintenance and support. The solution can be hosted by the supplier (via N3, therefore it is a requirement for bidders to already have N3 Certification or can demonstrate that this certification will be in place by the time of contract signature) or, if appropriate, by the Trust. The solution must be robust, secure and flexible enough to support all current and potential future needs of the Trust. The solution will be required to capture real-time data from across the Trust (this must include the ability for supporting Mobile Disconnected Working). The solution must interface with legacy systems and national applications (NHS SPINE e.g. Summary Care Record, Patient Demographic Service etc) and be capable of exchanging patient data with social care, GP and systems belonging to other healthcare organisations. The solution must support services provided to both Children and Adults. The solution must provide information to clinicians and other staff; and potentially offer online access for patients to view (and possibly append to) their clinical record. The solution must offer data extraction facilities that support the Trusts business functions, and allow the Trust to provide appropriate data extracts to Commissioners and their support organisations. The solution should be capable of contributing to a local Health Economy shared care record; including Out of Hours services. The Trust is seeking to award the contract for a period of 5 years. The Supplier may want to offer the solution on a managed service basis. Information about the Trust is available from our website and our annual report (http://www.shropscommunityhealth.nhs.uk/rte.asp?id=10326). |
Published: | 22/07/2013 12:21 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Shropshire Community Health NHS Trust
William Farr House, Mytton Oak Road, Shrewsbury, SY3 8XL, United Kingdom
Tel. +44 1743492478, Fax. +44 1743492499, Email: helenlewis1@nhs.net, URL: www.shropshirecommunityhealth.nhs.uk, URL: www.sath.nhs.uk/procurement
Contact: Helen Lewis, Attn: Helen Lewis
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: ANNEX A.III
I.2)Type of the contracting authority:
Other: Community Health Trust
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: EPR/IDCR (Electronic Patient Record/Integrated Digital Care Record) - Shropshire Community Health NHS Trust
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
Region Codes: UKG2 - Shropshire and Staffordshire
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. Medical information systems. Nursing information system. Patient-administration system. Theatre management system. Clinical information system. Casemix system. Document management software package. Document management system. Voice recognition software package. IT services: consulting, software development, Internet and support. Bar coding software development services. Software support services. Medical software development services. Software-related services. Software implementation services. System implementation planning services. Software consultancy services. Miscellaneous software package and computer systems. Shropshire Community Health NHS Trust (also referred to as the 'Trust' in related documents and notices) requires the provision of an Electronic Patient Record (EPR) / Integrated Digital Care Record (IDCR) solution (software and services) to support the delivery of integrated community health services. The solution will be used and accessed by Trust staff as well as other organisations who need to have access to the solution to support patient care. This may include other healthcare organisations, social care partners and independent sector providers. The solution must be capable of supporting the delivery of care across multiple care settings including integration and interoperability with existing and future Trust systems. The contract will include data migration, system training, deployment, operational reporting, change management, maintenance and support. The solution can be hosted by the supplier (via N3, therefore it is a requirement for bidders to already have N3 Certification or can demonstrate that this certification will be in place by the time of contract signature) or, if appropriate, by the Trust. The solution must be robust, secure and flexible enough to support all current and potential future needs of the Trust. The solution will be required to capture real-time data from across the Trust (this must include the ability for supporting Mobile Disconnected Working). The solution must interface with legacy systems and national applications (NHS SPINE e.g. Summary Care Record, Patient Demographic Service etc) and be capable of exchanging patient data with social care, GP and systems belonging to other healthcare organisations. The solution must support services provided to both Children and Adults. The solution must provide information to clinicians and other staff; and potentially offer online access for patients to view (and possibly append to) their clinical record. The solution must offer data extraction facilities that support the Trusts business functions, and allow the Trust to provide appropriate data extracts to Commissioners and their support organisations. The solution should be capable of contributing to a local Health Economy shared care record; including Out of Hours services. The Trust is seeking to award the contract for a period of 5 years. The Supplier may want to offer the solution on a managed service basis. Information about the Trust is available from our website and our annual report (http://www.shropscommunityhealth.nhs.uk/rte.asp?id=10326).
II.1.6)Common Procurement Vocabulary:
48000000 - Software package and information systems.
48814000 - Medical information systems.
48814100 - Nursing information system.
48814200 - Patient-administration system.
48814300 - Theatre management system.
48814400 - Clinical information system.
48814500 - Casemix system.
48311000 - Document management software package.
48311100 - Document management system.
48314000 - Voice recognition software package.
72000000 - IT services: consulting, software development, Internet and support.
72212720 - Bar coding software development services.
72261000 - Software support services.
72212180 - Medical software development services.
72260000 - Software-related services.
72263000 - Software implementation services.
72224100 - System implementation planning services.
72266000 - Software consultancy services.
48900000 - Miscellaneous software package and computer systems.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Details of the scope of the project are already given at section II.1.5 above. An estimate is given below relating to the project in terms of its potential value in GBP. This is an estimate only and the actual contract value over the life of the contract may be more or less than this estimate depending on the tenders received and the options exercised (if any).
Estimated value excluding VAT:
Range between: 1,500,000 and 3,000,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The Trust may extend the contract for a further two years on a 1+1 basis.
If known, Provisional timetable for recourse to these options:
Duration in months: 48 (from the award of the contract)
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (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:
If it is considered appropriate by the authority, an indemnity, guarantee, bond or other form of appropriate security may be required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As contained within the tender documents
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Authority reserves the right to require groupings of economic operators to take a particular legal form or to require a single economic operator to take primary liability for a contract to be performed by a group of economic operators or to require each party to undertake joint and several liability in respect of the entire contract irrespective of the form the grouping takes.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As contained within the tender documents
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
In accordance with Articles 45 and 46 of Directive 2004/18/EC and Regulation 23 of the Public Contracts Regulations 2006, as set out in the Pre-Qualification Questionnaire available from the address in section I.1
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:
In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006, as set out in the Pre-Qualification Questionnaire available from the address specified in Section I.1
Minimum Level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
In accordance with Article 48 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006, as set out in the Pre-Qualification Questionnaire.
Minimum Level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire
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: No
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: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Competitive Dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 3
Objective Criteria for choosing the limited number of candidates:
As set out in the Pre-Qualification Questionnaire, which is available from the address specified in section I.1
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes
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: T/1314/4226/HL
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: 30/08/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 11/11/2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
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: No
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.
All expressions of interest are to be Provided in writing on company headed paper to Helen Lewis, Procurement Manager, Shropshire Healthcare Procurement Service, 2 Douglas Court, Anchorage Avenue, Shrewsbury Business Park, Shrewsbury SY2 6LG or e-mail: helenlewis1@nhs.net.
All bidders must ensure that they are registered on the ADB Multiquote system as this is the electronic portal that will be used for PQQ and ITT. You must ensure that your company is registered for Dunn & Bradstreet and must register on the https://sid4gov.cabinetoffice.gov.uk/.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=66211478
GO-2013722-PRO-4975493 TKR-2013722-PRO-4975492
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Shropshire Healthcare Procurement Service.
.2, Douglas Court, Anchorage Avenue, Shrewsbury Business Park, .Shrewsbury, SY2 6LG, United Kingdom
Tel. +44 1743492478, Fax. +44 1743492499, Email: helenlewis1@nhs.net, URL: www.sath.nhs.uk/procurement/
Body responsible for mediation procedures:
Shropshire Healthcare Procurement Service.
2, Douglas Court, Anchorage Avenue, Shrewsbury Business Park, Shrewsbury, SY2 6LG, United Kingdom
Tel. +44 1743492478, Fax. +44 1743492499, Email: helenlewis1@nhs.net, URL: www.sath.nhs.uk/procurement/
VI.4.2)Lodging of appeals: The Shropshire Community Health NHS Trust will allow a standstill period at the point the decision regarding the award of the contract is communicated to tenderers. The standstill period shall be in accordance with Regulation 32A of the Public Contracts Regulations 2006 (as amended)
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: 22/07/2013
ANNEX A
III) Addresses and contact points to which tenders/requests to participate must be sent:
Shropshire Healthcare Procurement Service.
2 Douglas Court, Anchorage Avenue, Shrewsbury Business Park, Shrewsbury, SY2 6LG, United Kingdom
Tel. +44 1743492478, Fax. +44 1743492499, Email: helenlewis1@nhs.net
Attn: Helen Lewis