Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Supplies - 401556-2020

26/08/2020    S165

United Kingdom-Sheffield: Patient-administration system

2020/S 165-401556

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Sheffield Teaching Hospital NHS Foundation Trust
Postal address: Clocktower, Northern General Hospital, Herries Road
Town: Sheffield
NUTS code: UKE32 Sheffield
Postal code: S5 7AU
Country: United Kingdom
E-mail: jessica.osowski@nhs.net
Internet address(es):
Main address: www.sth.nhs.uk
I.1)Name and addresses
Official name: Sheffield Teaching Hospitals NHS Foundation Trust
Postal address: Northern General Hospital
Town: Sheffield
NUTS code: UKE32 Sheffield
Postal code: S5 7AU
Country: United Kingdom
E-mail: jessica.osowski@nhs.net
Internet address(es):
Main address: https://www.sth.nhs.uk/
I.2)Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/workingtogethernhs/aspx/home
Additional 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 authority
Body governed by public law
I.5)Main activity
Health

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Supply, Implementation and Maintenance of an Electronic Patient Records (EPR) System

Reference number: STH1504/IMT
II.1.2)Main CPV code
48814200 Patient-administration system
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The Sheffield Teaching Hospitals NHS Foundation Trust is out to tender for the supply, implementation and maintenance of an electronic patient record system. Further details can be found within the SQ document set once you have expressed your interest. If you have any questions or comments in relation to this tender they must be submitted via the In-Tend System. The closing date for the return of the SQ stage is 1 October 2020 at 2 p.m. (UK Time).

II.1.5)Estimated total value
Value excluding VAT: 400 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: UKE32 Sheffield
Main site or place of performance:

II.2.4)Description of the procurement:

The authority wishes to procure EPR application software licences for a comprehensive range of clinical and administrative functionality, including enhancements and new functionality (as it may be developed over the life of the contract). The solution should provide a broad EPR across the main clinical and administrative departments of the hospitals. At its core should be a modern PAS including live bed state; enterprise wide, multi-disciplinary scheduling; and patient tracking including RTT and cancer tracking. The core system should include clinical functionality such as clinical documentation, workflow, ePMA and order communications as well as departmental systems such as A&E, theatres, ICU, LIMS and maternity. The solution should be extendable to cover the community services provided by the authority.

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: 400 000 000.00 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:

Contract length 10 years with option to extend for 2 + 2 + 1 years.

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:

The Trust will take through a minimum of 3 bidders, but reserve the right to take through a fourth bidder if the difference in score between the third and fourth placed bidders is less than 5 %.

II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: 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
II.2.14)Additional information

Please note that the estimated value in section II.1.5) shows up to GBP 400 million to allow for any other authorities named within the OJEU to join at a later stage in the contract.

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:

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive 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 dialogue
Recourse 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 participate
Date: 01/10/2020
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 04/12/2020
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 months: 24 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

The following South Yorkshire and Bassetlaw ICS Trusts may wish to join the contract at a later date- Barnsley Hospital NHS Foundation Trust, Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust, Rotherham, Doncaster and South Humber NHS Foundation Trust, Sheffield Children's NHS Foundation Trust, Sheffield Health and Social Care NHS Foundation Trust and The Rotherham NHS Foundation Trust. Please note that the estimated value in section II.1.5) shows up to GBP 400 million to allow for any of the above authorities to join at a later stage in the contract.

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court of Justice
Town: London
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

VI.5)Date of dispatch of this notice:
21/08/2020