Community Clinical Information System Tender
The procurement aims to provide a Community Clinical Information System to NDHT on a managed services basis i.e. including application software, hosting, communications, deployment and support.
United Kingdom-Barnstaple: IT services: consulting, software development, Internet and support
2014/S 200-352764
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Northern Devon Healthcare Trust
Raleigh Park, Devon
For the attention of: Marion Brown
EX31 4JB Barnstaple
UNITED KINGDOM
Telephone: +44 1271349587
E-mail: marionbrown5@nhs.net
Fax: +44 1271322748
Internet address(es):
General address of the contracting authority: http://ndht.ndevon.swest.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 authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: Northern Devon Healthcare Trust.
NUTS code UKK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
At a service delivery level we interface with primary care services, 2 acute hospitals, public health and adult social care.
The Trust currently use an in-house developed solution to capture the Community Information Dataset and some limited clinical task information.
The system is also used for basic scheduling.
The system is not highly integrated and was always viewed as a medium-term tactical solution.
However, a key feature of this system is the fact that there is a mobile element allowing peripatetic staff to download visits at their home or base, update information off-line during the day,and re-synchronise at the end of the shift.
The Trust currently has over 800 (7’Android) mobile devices in service.
This capability is viewed as essential to the success of any replacement project.
The procurement aims to provide a Community Clinical Information System to NDHT on a managed services basis i.e. including application software, hosting, communications, deployment and support.
Our strategic aim is to deliver care of the highest quality, across sustainable integrated health and social care services.
A key enabler within our single integrated care organisation will be the provision of a digital community care record solution that will provide our multi-skilled workforce with access to a full care record at the point of care.
The vision is to achieve a dynamic consolidated summary record by integrating and/or interfacing our acute and community records and using ITK and IHE standards to exchange information Provision of an Community Clinical Information Solution as a Managed Service.
The procurement aims to provide a Community Electronic Health Record System to NDHT on a managed services basis i.e. including application software, hosting, communications, deployment and support.
The totality of the solution will include extensive interoperability functionality. The vision is to achieve a dynamic consolidated summary record by integrating and/or interfacing our acute and community records and using ITK and IHE standards to exchange information from other external agencies to include GP practices, out-of-hours care and Social Care.
The contract will be based upon a version of the OGC IT Services Contract and Schedules, tailored by the Trust.
Subject to earlier termination in accordance with its terms, the contract will be for an initial term of 5 years commencing from the date such contract is entered into, with an option to extend for a further period or periods of up to 2 years.
II.1.6)Common procurement vocabulary (CPV)
72000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
At a service delivery level we interface with primary care services, 2 acute hospitals, public health and adult social care.
The Trust currently use an in-house developed solution to capture the Community Information Dataset and some limited clinical task information.
The system is also used for basic scheduling.
The system is not highly integrated and was always viewed as a medium-term tactical solution.
However, a key feature of this system is the fact that there is a mobile element allowing peripatetic staff to download visits at their home or base, update information off-line during the day, and re-synchronise at the end of the shift.
The Trust currently has over 800 (7’Android) mobile devices in service.
This capability is viewed as essential to the success of any replacement project. The procurement aims to provide a Community Clinical Information System to NDHT on a managed services basis i.e. including application software, hosting, communications, deployment and support.
Our strategic aim is to deliver care of the highest quality, across sustainable integrated health and social care services.
A key enabler within our single integrated care organisation will be the provision of a digital community care record solution that will provide our multi-skilled workforce with access to a full care record at the point of care.
The vision is to achieve a dynamic consolidated summary record by integrating and/or interfacing our acute and community records and using ITK and IHE standards to exchange information.
Estimated value excluding VAT: 1 500 000 GBP
II.2.2)Information about options
Description of these options: The contract will be for an initial term of 5 years (60 months) commencing on the date that the contract is entered into.
There will be an option to extend for a further period or periods of up to 2 years (24 months).
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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 conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who does not respond to the following in the requisite manner:
1) Suppliers are required to express an interest in the OJEU process and complete PQQ documents (where applicable) via the Trusts eSourcing system TACTICA — which is accessed at https://tactica-live.advanced365.com — please make sure that you are registered to avoid any future delays.
2) Information and formalities necessary for evaluating if requirements are met:
(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Bidders who have been convicted of a Bribery Act 2010 offence under section 1 (offences relating to bribing another person) or section 6 (bribery of foreign public officials) will be excluded.
In addition to the Provisions of Freedom of Information Act, Bidders will have due regard to the trusts obligations on transparency which are set out in more detail at www.businesslink.gov.uk/transparency/procurement and all offers will be submitted on the basis that the contract when awarded may be published in full in accordance with H M Government Transparency Guidance.
The Trust will also be utilising the supplier information database (SID4Gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via TACTICA, candidates are requested to provide or update their profile on the SID4Gov as follows:
a) candidates should register on SID4Gov at https://sid4gov.cabinetoffice.gov.uk/ by clicking on the ‘Register for SID4Gov’ option listed under ‘Join Us’;
b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the D&B UK website to request a DUNS Supplier Number;
c) suppliers who already have a published profile on SID4Gov must confirm that information is up to date;
d) candidates should ensure all relevant sections of their SID4Gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to SID4Gov is unavailable, please contact SID4Gov Support Centre on +44 8452992994.
Please note all responses to OJEU should be made through Tactica Esourcing System — registration is required on SID4Gov to update or provide company profiles only.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As per III.2.1. above.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
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: As stated in the PQQ and memorandum of information.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://tactica-live.advanced365.com
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: