Clinical Portal is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Procurement of a Clinical Portal Solution |
Notice type: | Contract Notice |
Authority: | Clinical Portal |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | The Royal National Orthopaedic Hospital NHS Trust (‘the Trust’) is seeking to procure a Clinical Portal to provide a single clinical view of all information held electronically by existing Trust systems. The clinical portal will also provide external access to information for patients, GPs and referring secondary care clinicians to enable effective and interactive sharing of information. |
Published: | 09/09/2014 19:37 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Royal National Orthopaedic Hospital NHS Trust
Brockley Hill, Stanmore, HA7 4LP, United Kingdom
Tel. +44 7814613666, Email: paul.walsh@highresolutionconsulting.co.uk
Attn: Paul Walsh
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: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Procurement of a Clinical Portal Solution
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UKI23 - Outer London - West and North West
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:
Clinical information system. Medical information systems. Medical software package. The Royal National Orthopaedic Hospital NHS Trust (‘the Trust’) is seeking to procure a Clinical Portal to provide a single clinical view of all information held electronically by existing Trust systems. The clinical portal will also provide external access to information for patients, GPs and referring secondary care clinicians to enable effective and interactive sharing of information.
II.1.6)Common Procurement Vocabulary:
48814400 - Clinical information system.
48814000 - Medical information systems.
48180000 - Medical software package.
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: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The Clinical Portal will be utilised by the following:- The Trust in support of its local Electronic Patient Record Best of Breed Connect All strategy. The Clinical Portal should allow staff to see all electronic information about patients within a single system that would aggregate the data from all other systems;- External health and social care providers across the whole of England who refer to the Trust’s tertiary services;- Patients/carers who access the Trust’s tertiary services. This would allow patients to view their own records and interact in their care in an intelligent and proactive manner.The Trust will require a range of solution implementation services including, but not limited to, project management; technical services; training; integration and interfacing; continuous improvement; innovation and maintenance and support.The Trust requires a highly flexible, user-friendly solution which incorporates eForms and integrated workflow management tools. The solution must allow the Trust to leverage standard ‘out of the box’ content whilst retaining the flexibility to configure the solution to meet local requirements and clinical processes.Should it prove to be necessary, the Trust reserves the right to amend the size and scope of the contract to reflect any future organisational changes that might be made to the Trust (or to successor organisations) which might mean that the contract should ‘follow’ the Trust to an evolved, or to a different, organisational entity. It is envisaged that the contract will be awarded in February 2015. The duration of the core contract will be 7 years, with the option for the Trust to extend the contract for a further 3 years in yearly periods and, potentially, for longer. An indicative 7 year supplier budget of 1,350,000 GBP (excluding irreclaimable VAT) has been set for core requirements. See the Potential Provider Briefing Paper (PPBP) for further details.This notice is supported by full pre-qualification questionnaire documentation, and an associated PPBP, which sets out in more detail the requirements of the Trust and the procurement approach. The PQQ can be accessed, from the date of this Contract Notice.
Estimated value excluding VAT: 1,350,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The duration of the core contract will be 7 years, with the option for the Trust to extend the contract for a further 3 years in yearly periods and, potentially, for longer.
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: 84 (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:
The contracting authority reserves the right to require deposits and/or guarantees and/or bonds and/or any other form of security. Details will be provided in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details will be provided in 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:
A consortium bid is acceptable but the contracting authority reserves the right to require any contract(s) to be entered into with a single legal entity (whether a lead contractor or a special purpose vehicle).
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
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.
As set out in the PQQ documentation.
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:
As set out in the PQQ documentation.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As set out in the PQQ documentation.
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Objective Criteria for choosing the limited number of candidates:
See the PQQ documentation.
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: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 13/10/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
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 PQQ's must be submitted via Delta eSourcing. PQQ's will not be accepted by any other means.The PQQ and associated documentation is only available via Delta eSourcing.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Stanmore:-Clinical-information-system./Z873395N5K
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Z873395N5K
GO-201499-PRO-5989633 TKR-201499-PRO-5989632
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the decision to award the contract is communicated to tenderers in accordance with Regulation 32A of the Public Contracts Regulations 2006. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 9 of the Public Contracts Regulations 2006.
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: 09/09/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Stanmore: Clinical information system.
I.1)Name, Addresses and Contact Point(s):
Royal National Orthopaedic Hospital NHS Trust
Brockley Hill, Stanmore, HA7 4LP, United Kingdom
Tel. +44 7814613666, Email: paul.walsh@highresolutionconsulting.co.uk
Attn: Paul Walsh
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Not Provided
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Procurement of a Clinical Portal Solution
II.1.2)Type of contract and location of works:
SUPPLIES
)Purchase
Region Codes: UKI23 - Outer London - West and North West
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):
Clinical information system. Medical information systems. Medical software package. The Royal National Orthopaedic Hospital NHS Trust (‘the Trust’) is seeking to procure a Clinical Portal to provide a single clinical view of all information held electronically by existing Trust systems. The clinical portal will also provide external access to information for patients, GPs and referring secondary care clinicians to enable effective and interactive sharing of information.
II.1.5)Common procurement vocabulary:
48814400 - Clinical information system.
48814000 - Medical information systems.
48180000 - Medical software package.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
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: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Solution, Solution Innovation & Roadmap - 12
Implementation & delivery - 10
Demonstrations - 10
Reference Site Visits - 10
Requirements - 25
Total Cost of Ownership - 30
Tender Overview - 3
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: Not Provided
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: 20/03/2015
V.2) Information About Offers
Number Of Offers Received: 4
Number Of Offers Received By Electronic Means: 4
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Caradigm UK Limited
Postal address: 19 Eastbourne Terrace
Town: London
Postal code: W2 6LG
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 1,410,685
Currency: GBP
Total final value of the contract
Value: 1,410,685
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Caradigm UK Limited
Postal address: 19 Eastbourne Terrace
Town: London
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
3: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 18/03/2015
V.2) Information About Offers
Number Of Offers Received: 4
Number Of Offers Received By Electronic Means: 4
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Caradigm UK Limited
Postal address: 19 Eastbourne Terrace
Town: London
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 1,400,626
Currency: GBP
Total final value of the contract
Value: 1,400,626
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
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:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=138488391
GO-2015518-PRO-6609718 TKR-2015518-PRO-6609717
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the decision to award the contract is communicated to tenderers in accordance with Regulation 32A of the Public Contracts Regulations 2006. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 9 of the Public Contracts Regulations 2006.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Royal National Orthopaedic Hospital NHS Trust
Brockley Hill, Stanmore, HA7 4LP, United Kingdom
Tel. +44 2089095754, Email: John.Magnier@rnoh.nhs.uk
VI.4)Date Of Dispatch Of This Notice: 18/05/2015