Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: King's College Hospital NHS Foundation Trust
Postal address: Denmark Hill, Brixton
Town: London
NUTS code:
UKI LONDONPostal code: SE5 9RS
Country: United Kingdom
Contact person: Daniel Tagg
E-mail:
daniel.tagg@nhs.netInternet address(es): Main address:
https://www.kch.nhs.uk/ I.1)Name and addressesOfficial name: Royal Brompton and Harefield NHS Foundation Trust
Postal address: Royal Brompton Hospital, Syndey Street
Town: London
NUTS code:
UKI LONDONPostal code: SW3 6NP
Country: United Kingdom
Contact person: Chris Japhtha
E-mail:
c.japhtha@rbht.nhs.ukInternet address(es): Main address:
http://www.rbht.nhs.uk I.2)Information about joint procurementThe contract involves joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
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 code48814400 Clinical information system
II.1.3)Type of contractServices
II.1.4)Short description:
Enterprise-wide single Electronic Health Record solution for Guy’s and 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 valueValue excluding VAT: 175 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: UKI LONDON
Main site or place of performance:
II.2.4)Description of the procurement:
The purpose of this procurement is to implement a enterprise-wide single Electronic Health Record solution for Guy’s and 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 criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 175 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration 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 invitedEnvisaged 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 variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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.2.2)Time limit for receipt of tenders or requests to participateDate: 10/06/2019
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 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 tenderDuration in months: 9 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
1) Optional call off items: in addition to the required core and 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
GO Reference: GO-201959-PRO-14875512
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Guy's and St Thomas' NHS Foundation Trust
Postal address: SmartTogether Procurement Shared Service, 9th Floor, Borough Wing, Guy's Hospital, Great Maze Pond
Town: London
Postal code: SE1 9RT
Country: United Kingdom
Telephone: +44 2071887188
VI.5)Date of dispatch of this notice:09/05/2019