Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Calderdale and Huddersfield NHS Foundation Trust
Postal address: Acre Street, Lindley
Town: Huddersfield
Postal code: HD3 3EA
Country: United Kingdom
For the attention of: Julie Thrippleton
E-mail: julie.thrippleton@cht.nhs.uk
Telephone: +44 1484355210
I.2)Type of the contracting authorityRegional or local authority
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: Bradford Teaching Hospitals NHS Foundation Trust
Postal address: Duckworth Lane
Town: Bradford
Postal code: BD9 6RJ
Country: United Kingdom
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract
EPR Enabled Transformation Programme.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: Huddersfield Royal Infirmary, Huddersfield; Calderdale Royal Hospital, Halifax; Bradford Royal Infirmary and St. Luke's Hospital, Bradford.
NUTS code UKE43 Calderdale
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Calderdale and Huddersfield NHS Foundation Trust sought to transform the way it delivers care through the procurement and implementation of a single integrated Electronic Patient Record (EPR) Solution.
II.1.5)Common procurement vocabulary (CPV)48000000 Software package and information systems, 48180000 Medical software package, 48810000 Information systems, 48814400 Clinical information system, 48814200 Patient-administration system, 48814000 Medical information systems
II.1.6)Information about Government Procurement Agreement (GPA)
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)Value: 0 GBP
Excluding VAT
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedurecompetitive dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of
1. Trust Functional Requirements. Weighting 175
2. Solution Demonstrations. Weighting 100
3. Reference Site Visits. Weighting 100
4. Contract — Commercial Structure and Innovation. Weighting 50
5. Technical. Weighting 25
6. Service Levels. Weighting 50
7. Implementation and Delivery. Weighting 50
8. Transformation and Partnership. Weighting 50
9. Total Cost of Ownership. Weighting 200
10. Assured Benefits Initiatives and Case Studies. Weighting 200
IV.2.2)Information about electronic auctionAn electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
S/2349/14/JT/T
IV.3.2)Previous publication(s) concerning the same contract Section V: Award of contract
Contract No: S/3249/14/JT/T V.1)Date of contract award decision:18.12.2014
V.2)Information about offersNumber of offers received: 2
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenOfficial name: Cerner Limited
Postal address: 37 North Wharf Road, Paddington
Town: London
Postal code: W2 1AF
Country: United Kingdom
Telephone: +44 2074328100
V.4)Information on value of contract
V.5)Information about subcontractingThe contract is likely to be sub-contracted: no
Section VI: Complementary information
VI.1)Information about European Union funds
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:13.3.2015