Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: NHS Shared Business Services Ltd (NHS SBS)
Postal address: Halyard Court, 31 Broadway, The Quays
Town: Salford
Postal code: M50 2UW
Country: United Kingdom
For the attention of: Douglas Dickson
E-mail: douglas_dickson@nhs.net
Internet address(es):
General address of the contracting authority: http://www.cumbriapartnership.nhs.uk/
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityOther: NHS SBS (acting as an agent on behalf of its clients) is a Joint venture between the Department of Health and Steria Health
I.3)Main activityGeneral public services
Health
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Electronic Patient Record – Children's Services, Mental Health & Learning Disabilities and Physical Health / Community.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 7: Computer and related services
NUTS code UKD1 Cumbria
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Cumbria Partnership NHS Foundation Trust wishes to procure services and associated products to include the following categories:
Clinical Information Systems - Community Care.
Clinical Information Systems – Mental Health & Learning Disabilities.
Clinical Information Systems – Children's Services.
Clinical information Systems - Electronic Prescribing.
II.1.6)Common procurement vocabulary (CPV)48311100 Document management system, 48814200 Patient-administration system, 48814400 Clinical information system, 72311100 Data conversion services
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Cumbria Partnership NHS Foundation Trust wish to announce the anticipated procurement of a Clinical Information Systems:
Lot 1 Electronic Patient Record.
Lot 2 Portal.
Estimated value excluding VAT:
Range: between 3 688 000 and 4 427 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: Option to extend the contract by 24 months.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Lot 1 Electronic Patient Record1)Short description
Cumbria Partnership NHS Foundation Trust (CPFT) has recognised that the organisation cannot continue with its existing clinical information systems because they do not meet the requirements to address our modern clinical or business needs:
— Our system architecture has grown organically and reactively through individual departmental requirements rather than through a planned strategic process;
— We have numerous separate systems which do not integrate, cannot share data and do not have the capability to capture good clinical information;
— We do not have sufficient real time clinical information supporting decision making at the point of care – generally this information is paper based and therefore fragmented;
— The clinical systems we have in place have largely been defined and dictated by our suppliers rather than having been led and defined by ourselves.
The Trust requires a single Electronic Patient Record (EPR) solution that is capable of supporting ALL of its services, spanning Community, Mental Health & Children's Services. The strategy is to utilise a credible system as a fundamental building block for a common platform of information sharing for care records across all organisational boundaries. Partners with whom this will enable interoperability are primary care (80 practices), Acutes (many system interfaces), Local Authority (many system interfaces).
Lot 1A = Electronic Patient Record (Fully Hosted Off-Site Solution).
Lot 1B = Electronic Patient Record (On-Site Supplier Managed Solution).
Potential Bidders should note that it is the Trust's intention to make an award against Lot 1A or Lot 1B i.e. only award against one of the two Lots.
Please see the ITT documents for further details.
2)Common procurement vocabulary (CPV)48311100 Document management system, 48814200 Patient-administration system, 48814400 Clinical information system, 72311100 Data conversion services
3)Quantity or scope
Any proposed solutions must fully support the functional requirements of all frontline staff and their managers across inpatient, outpatient, community-based and other peripatetic locations including, but not limited to those within the criminal justice system, local authority, education and third sector partner organisations.
The system must be designed to support the delivery of Mental Health (including CAMHS/Adult Care), Learning Disability, Community care & Child Health to all age groups in a wide range of health care settings. These may include but are not limited to:
— Primary mental health care;
— Community, both Mental Health and services provided as a consequence of the “Transforming Community Services” initiative;
— Inpatient;
— Outpatient;
— Physical Health;
— Specialist Services.
The range of services includes but is not limited to those listed below:
— Chronic Fatigue Syndrome / Myalgic Encephalomyelitis (ME);
— Community Children's Services;
— Continence Care Services;
— Diabetes;
— Dietetics (adults & children);
— Community Hospitals;
— Community Learning Disability Services (adults & children);
— Community Mental Health;
— Neurology Services;
— Community Nursing;
— Specialist Nursing;
— Physical Health and Rehabilitation Psychology (including Psychosexual services);
— Podiatry (adults and children)
— Unscheduled Care;
— Rehabilitation / Therapies;
— Safeguarding and Protection Team;
— Stop Smoking Service;
— Physical Health and Rehabilitation Psychology (PHARP).
The key dates for delivery of the EPR are as follows:
July 2013 Programme Mandate to JOPB for approval.
July - November 2013 Detailed requirements gathering in order to produce Statement of Requirements & other procurement documents.
February – April 2014 Evaluation of written bidder responses.
May 2014 Bidder demonstrations & award of contract.
July 2015 Children's Services Go Live.
January 2016 Mental Health Go Live.
May 2016 Physical Health Go Live.
Estimated value excluding VAT:
Range: between 3 416 000 and 4 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot 2 Portal1)Short description
The Trust requires an integration engine (Portal) that will interface with Trust systems to enable the presentation of a single EPR. The Portal must be capable of providing the means to enable the interfacing between third party software and other systems. Most importantly the Portal must enable the transfer and sharing of data / information.
2)Common procurement vocabulary (CPV)48311100 Document management system, 48814200 Patient-administration system, 48814400 Clinical information system, 72311100 Data conversion services
3)Quantity or scope
— Enable a searchable view of a patient's EPR record without having the EPR software installed;
— To provide a bidirectional interface to update the EPR record from a small number of feeder systems;
— The ability to exchange patient data with social care, GP and systems belonging to other healthcare bodies;
— The potential to provide Patient access to EPR data.
Estimated value excluding VAT:
Range: between 272 000 and 327 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional 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: III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details will be provided in the procurement documentation available for download from EU supply: https://nhssbs.eu-supply.com/
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: This procurement exercise will be conducted on the EU supply eTendering portal at: https://nhssbs.eu-supply.com
Candidates wishing to be considered for this agreement must register their expression of interest and provide additional procurement specific information through this portal.
To register interest:
1) Go to ‘Current Tender Opportunities' from the eTendering portal login page: https://nhssbs.eu-supply.com
2) Find the tender listed and click on the title. This will take you to the letter of invitation.
3) If you are not a registered user of EU Supply follow the ‘Online registration' link otherwise follow the ‘Login' link and enter username and password.
4) Once logged in ‘Accept' the invitation to register your interest in the opportunity. You will then be taken direct to the tender response screen.
5) Go to the ‘Access Documents' folder on the response screen to view and download tender documentation.
Further guidance on how to access and respond to the opportunity is available in the ‘Quick Guide for Suppliers' which is available for downloading from the main portal login page: https://nhssbs.eu-supply.com
(follow link: ‘Quick Guide for Suppliers').
For any support in submitting your response please contact EU Supply Helpdesk at support@eu-supply.com (Tel: +44 8008402050) quoting the tender ID number.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Details will be provided in the procurement documentation available for download from EU supply: https://nhssbs.eu-supply.com/
Minimum level(s) of standards possibly required: Details will be provided in the procurement documentation available for download from EU supply: https://nhssbs.eu-supply.com/
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Details will be provided in the procurement documentation available for download from EU supply: https://nhssbs.eu-supply.com/
Minimum level(s) of standards possibly required:
Details will be provided in the procurement documentation available for download from EU supply: https://nhssbs.eu-supply.com/
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
16517
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate25.2.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 25.2.2014 - 12:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
NHS Shared Business Services (NHS SBS) is acting on behalf of Cumbria Parnership NHS Foundation Trust (CPFT).
The services and associated products will be for use by or on behalf of current and future organisations as Cumbria Partnership NHS Foundation Trust allow, including without limitation
(I) North Cumbria University Hospitals NHS Trust, Northumbria Healthcare NHS Foundation Trust, Cumbria GP Practices, Cumbria Clinical Commissioning Group, Cumbrian Hospice organisations, Cumbria County Council, University Hospitals Morecambe Bay NHS Foundation Trust, Cumbria Health On Call;
(II) any national health service (NHS) trust in Cumbria;
(III) other persons and bodies exercising NHS functions or otherwise providing NHS services (including any statutory and other successor organisations to any of the foregoing and in addition any other commissioners (whether alone of jointly with any other organisation), providers and regulators of NHS funded (either in whole or in part) services including practice based commissioning consortia, general practice commissioning consortia, the National Commissioning Board (and all sub national offices).
(IV) private sector entities in the UK and Isle of Man providing public services.
The Contracting Authority does not bind itself to accept the lowest of any offer. The Contracting Authority is not responsible for any costs incurred by bidders in relation to the participation in this process.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. Bidders will receive written debrief information before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
Further details are available via the NHS SBS e-tendering messaging portal.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:16.1.2014