EPR Solution for Manchester University NHS Foundation Trust
Manchester University NHS Foundation Trust is seeking to procure a fully integrated electronic patient record system.
United Kingdom-Manchester: Software package and information systems
2018/S 152-349056
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
05280446
Wilmslow Park Offices, 211 Hathersage Road
Manchester
M13 0JR
United Kingdom
Contact person: Claire Barnes
E-mail: claire.barnes2@mft.nhs.uk
NUTS code: UK
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of an EPR Solution for Manchester University NHS Foundation Trust
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Manchester University NHS Foundation Trust (the “Trust”) is seeking to procure a fully integrated Electronic patient record (EPR) system. The Trust considers that this procurement represents a unique opportunity for the ‘right’ potential provider to develop a true, clinically driven, joint-working based partnership with innovative and forward-looking Trust over the next 15 years or more. The Trust believes that this procurement offers an excellent opportunity to deliver a ‘best in class’ clinically driven benefits realisation package via the use of leading edge technology.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Manchester
II.2.4)Description of the procurement:
Manchester University NHS Foundation Trust (the “Trust”) is seeking to procure a fully integrated Electronic Patient Record (EPR) system The Trust considers that this procurement represents a unique opportunity for the ‘right’ Potential Provider to develop a true, clinically driven, joint-working based partnership with innovative and forward-looking Trust over the next 15 years or more. The Trust believes that this procurement offers an excellent opportunity to deliver a ‘best in class’ clinically driven benefits realisation package via the use of leading edge technology.
The key objectives of this procurement project are to:
— Successfully deliver an integrated EPR system solution that satisfies current business and clinical requirements and stakeholder critical success factors.
— Deliver measurable clinical and business benefits and an extremely impressive Return on Investment (RoI).
— Deliver a solution that provides the scope in functionality for future innovation, development and research over time in meeting wider IM&T requirements across the Trust.
— Ensure maximum value for money is gained in securing the solution.
The solution should be capable of expansion over time to replace the majority of the functionality currently provided by specialist clinical systems. The intention from day one is to deploy the core EPR system and incorporate the functionality of current specialist departmental systems, where possible. The Trust further intends to achieve HIMSS Level 6 as quickly as possible and HIMSS Level 7 as soon as possible thereafter.For the avoidance of doubt, the Trust wishes to emphasise that it is not seeking an EPR development partnership for the vast majority of functionality required to meet specified OBS requirements. Rather, it is seeking to procure tried and tested functionality, with HIMSS Level 6/7 accreditation, or equivalent functionality that has been successfully deployed in healthcare organisations of a similar size and nature to that of the Trust. Consequently, any proposal for an undeveloped or undelivered solution to meet currently specified requirements is very highly unlikely to be successful in the procurement. Should it prove to be necessary, the Trust reserves the right to amend the size and scope of the contract/s to: Reflect any future organisational changes that might be made to the Trust (or to successor organisations) which might mean that the contract/s should ‘follow’ the Trust to an evolved, or to a different, organisational entityExtend the scope of the contract/s to add additional partner Trusts.
Evolve, adapt and extend the design and development of the solution and associated services over time in response to: the evolution of the Trust’s requirements the evelopment of the Trust’s leading worldwide paediatric, ophthalmic and dental roles, developments in national healthcare policy and, the Trust’s research agenda.
Utilise additional existing and future healthcare and other functionality provided by the chosen potential provider in order to satisfy future Trust requirements. It is envisaged that the period of the contract will be awarded in September 2019. The duration of contract will be 15 years, with the option for the Trusts to extend the contract for a further 5 years in yearly periods and, potentially, for longer. An indicative 15-year Potential Provider budget is reflected in the Outline business case — see the SQ for further details.
This notice is supported by full SQ documentation, and an associated potential provider briefing paper, which sets out in more detail the requirements of the Trust. The SQ can be accessed, from the date of this Contract notice, via the procurement portal (https://nhssbs.eu-supply.com) Potential providers should look for ID reference number 32123 — MFT 084/2018 Provision of an EPR System for Manchester University NHS Foundation Trust. The closing date for completion and submission of the SQ is 12:00 noon, 6.9.2018.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Manchester
M13 9WL
United Kingdom
VI.4.2)Body responsible for mediation procedures
Manchester
M13 9WL
United Kingdom
VI.5)Date of dispatch of this notice: