Kent Collaborative Clinical Systems Programme
This Programme aims to procure, and deploy, a Patient Administration System (PAS) with additional functionality (including, but not limited to, Accident and Emergency, Order Communications) and a Maternity Information and Reporting System, in each of the Trusts.
United Kingdom-Canterbury: Computer-related services
2013/S 230-399579
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
East Kent Hospitals University NHS Foundation Trust (or any successor body/bodies) on behalf of the Kent Collaborative Clinical Systems Programme
Kent and Canterbury Hospital, Ethelbert Road
Contact point(s): Messaging system within https://commercialsolutions.bravosolution.co.uk/
CT1 3NG Canterbury
UNITED KINGDOM
Telephone: +44 1306646822
Fax: +44 1306646822
Internet address(es):
General address of the contracting authority: http://www.ekhuft.nhs.uk/
Address of the buyer profile: https://commercialsolutions.bravosolution.co.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)
Section II: Object of the contract
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: The premises of East Kent University Hospitals NHS Foundation Trust and/or Maidstone and Tunbridge Wells Hospital NHS Trust and/or the selected supplier(s).
NUTS code UKJ4
This Programme aims to procure, and deploy, a Patient Administration System (PAS) with additional functionality (including, but not limited to, Accident and Emergency, Order Communications) and a Maternity Information and Reporting System, in each of the Trusts, together with services, including, but not limited to, implementation, integration, training, project management and support and maintenance services.
The Programme may, in the future, request the Contractor to provide additional services relevant to the ongoing service and support thereof.
72500000, 48814000, 72600000, 72510000, 51610000, 72300000
Tenders may be submitted for one or more lots
It is the Programme’s intention that, for Lot 1, each Trust will award a single contract to a provider and/or consortium who offers the service that demonstrates best value for money based on the evaluation criteria published in the invitation to tender.
LOT 2
It is the Programme’s intention that, for Lot 2, each Trust will award a single contract to a provider and/or consortium who offers the service that demonstrates best value for money based on the evaluation criteria published in the invitation to tender.
Whilst, where applicable, each Trust will award its own contracts, it is intended that one provider will be selected for each lot.
Estimated value excluding VAT:
Range: between 10 000 000 and 40 000 000 GBP
Description of these options: The initial contract term will be 120 months from the date of contract commencement (unless terminated early by the awarding Contracting Authority giving to the service provider not less than (6) months written notice before the end of the initial period in accordance with the proposed contract.
The Contracting Authority may, at its sole discretion, exercise an option to extend the term (on the same contract terms except as agreed) for further periods not to exceed 144 months from the date of contract commencement.
Information about lots
Lot No: 1 Lot title: PAS+
— Patient Administration, Scheduling, Patient Master Index, Reporting, Case note Tracking and Integration;
— Spine Connectivity;
— Order Communications (OC) and Results Reporting (RR);
— Clinical Documentation (patient assessments, notes and correspondence);
— Accident and Emergency;
— Reporting.
Integration with pre-existing data warehouses and Professional Services to include, but not be limited to:
— Implementation;
— Integration;
— Data Migration;
— Training;
— Project Management.
48814200, 72317000, 72250000, 72322000, 72514000
Whilst the contracting authority will consider modules from different suppliers they will not accept offers for the provision of only a single module within a Lot. Any such offers must be made in a consortium bid, with a nominated Lead Bidder, for a whole lot.
The requirements are described in more detail within the pre-qualification documentation.
— NN4B;
— Workflow to support remote working in the community;
— Interfacing to PAS+.
Professional Services to include, but not be limited to:
— Implementation;
— Integration;
— Data Migration;
— Training;
— Project Management.
48180000, 72317000, 72250000, 72322000, 72514000
The requirements are described in more detail within the pre-qualification documentation.
Section III: Legal, economic, financial and technical information
b) Main Contractor to guarantee and be liable for the performance of its sub-contractors.
Description of particular conditions: Please see the pre-qualification questionnaire and/or invitation to tender for details.
1. Register your company on the eSourcing portal (this is only required once).
— Browse to the eSourcing Portal: https://commercialsolutions.bravosolution.co.uk and click the link to register.
— Accept the terms and conditions and click ‘continue’.
— Enter your correct business and user details.
— Note the username you chose and click ‘Save’ when complete.
— You will shortly receive an email with your unique password (please keep this secure).
2. Express an Interest in the tender:
— Login to the portal with the username/password.
— Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier.)
— Click on the relevant PQQ/ ITT to access the content.
— Click the ‘Express Interest’ button at the top of the page.
— This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only.)
— You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender:
— Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining).
— You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification.
— Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT.
— There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
Please see the published PQQ Manual for details.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The Contracting Authority envisages the selection of a maximum of 6 operators to be shortlisted in each lot in accordance with the criteria described in the published PQQ Manual.
Section VI: Complementary information
East Kent University Hospitals NHS Foundation Trust
Kent and Canterbury Hospital, Ethelbert Road
CT1 3NG Canterbury
UNITED KINGDOM
That notification will provide full information on the award decision. Further information is set out in the Public Contracts Regulations 2006 (SI 2006 No 5) as amended.
VI.5)Date of dispatch of this notice:25.11.2013