GSTT Procurement - Smart Together: Electronic Health Record (EHR) System

  GSTT Procurement - Smart Together is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Electronic Health Record (EHR) System
Notice type: Contract Notice
Authority: GSTT Procurement - Smart Together
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: Enterprise-wide single Electronic Health Record solution for Guy’s & St Thomas’ NHS Foundation Trust, with the option to subsequently scale up and include King’s College Hospital NHS Foundation Trust and/ or Royal Brompton and Harefield NHS Foundation Trust on the same instance during the term of the agreement.
Published: 09/05/2019 23:32
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Clinical information system.
Section I: Contracting Authority
      I.1) Name and addresses
             Guy's & St Thomas' NHS Foundation Trust
             SmartTogether Procurement Shared Service, 9th Floor, Borough Wing, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
             Tel. +44 02071887188, Email: david.lawson@gstt.nhs.uk
             Contact: David Lawson
             Main Address: https://www.guysandstthomas.nhs.uk/Home.aspx, Address of the buyer profile: http://guysandstthomas.g2b.info/index.htm
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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/tenders/UK-UK-London:-Clinical-information-system./5U3J667862
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Electronic Health Record (EHR) System       
      Reference Number: ST17-PO52
      II.1.2) Main CPV Code:
      48814400 - Clinical information system.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Enterprise-wide single Electronic Health Record solution for Guy’s & St Thomas’ NHS Foundation Trust, with the option to subsequently scale up and include King’s College Hospital NHS Foundation Trust and/ or Royal Brompton and Harefield NHS Foundation Trust on the same instance during the term of the agreement.       
      II.1.5) Estimated total value:
      Value excluding VAT: 175,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: The purpose of this procurement is to implement a enterprise-wide single Electronic Health Record solution for Guy’s & St Thomas’ NHS Foundation Trust (estimated user base 16,000), with the option to subsequently scale up the system solution to include King’s College Hospital NHS Foundation Trust (estimated user base 15,000) and/ or Royal Brompton and Harefield NHS Foundation Trust (estimated user base 4,000) during the term of the agreement. The main contracting arrangements will also need to include GP direct access to the EHR solution for the local Clinical Commissioning Groups linked to the Contracting Authorities.

The contracting authorities application portfolio consists of disparate number of clinical systems that are used to track a patient through their care pathway. Individually, these systems are well-established and used by staff as the primary application for their purpose. However, collectively the core applications provide differing capabilities in support of the day-to-day clinical and operational processes, which results in data not being integrated and managed as a single dataset. This requires effort and cost to integrate views of data from different sources, additional time to view ‘longitudinal’ data about a patient through several applications, and in some cases manual re-entry by front line clinical staff of data captured elsewhere. For further information relating to this tender opportunity, bidders must access the full documentation set within the Delta Tenderbox. Please follow the instructions within this notice.
      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: 175,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend the Contract for a further 60 Months.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 4       
      Objective criteria for choosing the limited number of candidates: Criteria detailed in the Supplier Selection Questionnaire (SSQ) available from the Delta Tender Box.
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/5U3J667862       


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:          
      Not Provided       
      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          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description COMPETITIVE_DIALOGUE
      IV.1.1) Type of procedure:Competitive dialogue    
   
   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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   
   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: 10/06/2019 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 10/07/2019       
      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): 9
      
      

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 No       
   Electronic payment will be used No       
   VI.3) Additional Information: (1) Optional call off items: In addition to the required Core & Specialist functionality (refer to information pack) the solution should be capable of extension to provide functionality currently provided by other specialist systems or new functionality. As the contracts for existing systems expire, GSTT may seek to incorporate their functionality into the core electronic health and care record solution rather than replace them directly with new standalone systems. GSTT wish to explore in the procurement process the potential optional replacement of the following: NICU; Maternity; Children’s Universal Services; Dental; Ophthalmology; Sexual Health; Population Health. Optional call off items are defined as applications/ modules that at this stage the Trust does not believe it will purchase and implement, but wishes to reserve the right to do so. These applications/modules do not have to be part of the single platform but do need to integrate with it. Bidders should be aware that the Optional call off Functional Areas are not anticipated as being available at contract signature, however the Trust may want to call these off during the lifetime of the contract.
(2) An information pack providing further information is available to bidders on completion and submission of an Non-Disclosure Agreement (NDA) via Delta e-Sourcing.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Clinical-information-system./5U3J667862

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5U3J667862
   VI.4) Procedures for review
   VI.4.1) Review body:
             Guy's & St Thomas' NHS Foundation Trust
       SmartTogether Procurement Shared Service, 9th Floor, Borough Wing, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
       Tel. +44 02071887188
   VI.4.2) Body responsible for mediation procedures:
Not provided
   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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 09/05/2019

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       King's College Hospital NHS Foundation Trust
       Denmark Hill, Brixton, London, SE5 9RS, United Kingdom
       Email: daniel.tagg@nhs.net
       Contact: Daniel Tagg
       Main Address: https://www.kch.nhs.uk/
       NUTS Code: UKI

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       Royal Brompton and Harefield NHS Foundation Trust
       Royal Brompton Hospital, Syndey Street, London, SW3 6NP, United Kingdom
       Email: c.japhtha@rbht.nhs.uk
       Contact: Chris Japhtha
       Main Address: http://www.rbht.nhs.uk
       NUTS Code: UKI

View any Notice Addenda

View Award Notice