Supply Laboratory Information Management System
Barnsley and Rotherham NHS Foundation Trusts are inviting bids from a number of organisations who might be able to provide the Trust with a New Pathology Laboratory Information Management System.
United Kingdom-Barnsley: Installation services of laboratory equipment
2015/S 151-278342
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Barnsley NHS Foundation Trust
BHNFTT1360A
Gawber Road
For the attention of: Mr Martin Ball
S75 2EP Barnsley
UNITED KINGDOM
Telephone: +44 1226433917
E-mail: martinball@nhs.net
Internet address(es):
General address of the contracting authority: http://www.barnsleyhospital.nhs.uk/
Further information can be obtained from: Barnsley NHS Foundation Trust
BHNFTT1360A
Barnsley Hospital NHS Foundation Trust, Gawber Road
For the attention of: Mr Martin Ball
S75 2EP Barnsley
UNITED KINGDOM
Telephone: +44 1226433917
E-mail: martinball@nhs.net
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Barnsley NHS Foundation Trust
BHNFTT1360A
Barnsley Hospital NHS Foundation Trust, Gawber Road
For the attention of: Mr Martin Ball
S75 2EP Barnsley
UNITED KINGDOM
Telephone: +44 1226433917
E-mail: martinball@nhs.net
Tenders or requests to participate must be sent to: Barnsley NHS Foundation Trust
BHNFTT1360A
Barnsley Hospital NHS Foundation Trust, Gawber Road
For the attention of: Mr Martin Ball
S75 2EP Barnsley
UNITED KINGDOM
Telephone: +44 1226433917
E-mail: martinball@nhs.net
I.2)Type of the contracting authority
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Rotherham NHS Foundation Trust
Moorgate Road
S60 2UD Rotherham
UNITED KINGDOM
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
A combination of these
NUTS code UK
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)
Barnsley and Rotherham NHS Foundation Trusts are inviting bids from a number of organisations who might be able to provide the Trust with a New Pathology Laboratory Information Management System (LIMS) (See specification of requirements set out in out ITT for detailed specification of needs).
The Trusts are considering both a Capital purchase of a new LIMS and associated revenue costs or the option to have a fully managed LIMS hosted either on or offsite over a seven year term. Bidders will be asked to quote for both in pricing offer schedule. The LIMS will be required to run 24/7 7 days per week across both sites.
The current LIMS is no longer fit for purpose and needs to be replaced. Both hospitals have undergone significant changes in recent years and now require a more sophisticated Pathology Laboratory Information Management System (LIMS) to support operational requirements.
The current LIMS system is Clinisys WinPath V5, integrated across Pathology at Barnsley and Rotherham sites. The opportunity for suppliers is to become the new LIMS provider for the Joint Pathology Service to meet the enhanced functionality required by a modern laboratory service as set out in the OBS. The supplied product MUST be able to work seamlessly across the two Pathology service sites, delivering all disciplines of Pathology and support Mortuary services in the two Trusts.
It is anticipated that the LIMS will be required to:
— Support electronic requests from any location and any authorised professional in the area serviced by the laboratory. This would include GP practices, treatment and diagnostic centres, wards, clinics. This will be via HL7 and/or XML messaging, receiving a message from Sunquest ICE;
— Deliver status reports back to the requester and results to the requestor and the data spine using Sunquest ICE where possible;
— Use the NHS number as the key patient identifier;
— Support a centralised patient master index.
The primary objective of the procurement is to implement an updated integrated pathology laboratory Information Management System (LIMS) that will support the Pathology Partnership and will deliver the functionality and benefits identified in the Output Based Specification.
The overall objectives of the system are to:
— Improve the quality, efficacy and efficiency of the diagnostic services provided on behalf of patients;
— Improve resource utilisation through capacity rationalisation and best practice roll out;
— Minimise staff training through adoption of a common user interface and client architecture;
— Improve staff resource management through the adoption of common systems and standards;
— Improve pathology service accessibility and delivery to primary care providers;
— Reduce overall maintenance and support costs of the LIMS;
— Improve average turn-around times;
— Support the development of the diagnostic information transfers to support Integrated Care Record Service (ICRS) and conform to the NHS Executive’s Information for Health strategy.
In order to meet these objectives, the procured system must:
— Meet the mandatory operational requirements of pathology users as set out in the OBS;
— Patient care and experience will not be compromised during or after the changeover;
— The deployment of LIMS maintains business as usual during the implementation phase and on-going period of use;
— Support to the reconfiguration of pathology services and establishment of the Pathology Partnership;
— Enables re-engineering of pathology workload;
— The affordability of LIMS is balanced with system features to support operational developments;
— Communications and change management happens in a timely manner to ensure that there is buy-in from the users of the solution;
— Provision of extensive user configurable reporting and analysis capability to allow the pathology department to deliver corporate and statutory information;
— Provide in-built quality control and audit mechanisms to support clinical governance, clinical audit and infection control;
— Provide Trust management with a comprehensive user configurable workload, cost and activity analysis capability;
— Provide a common ‘look and feel’ across all disciplines to minimise training and re-training costs.
II.1.6)Common procurement vocabulary (CPV)
51430000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 1 000 000 and 2 000 000 GBP
II.2.2)Information about options
Description of these options: Please take into consideration ALL detailed requirements outlined in the specification and OBS Response Document. We asking bidders to cost both a capital purchase of the LIMS including support/maintenance costs and a fully managed service option hosted on or offsite. Whole life costs are required over a 7 year term for both solutions.
Provisional timetable for recourse to these options:
in months: 0 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
Description of particular conditions: See draft contract embedded within the invitation to tender documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See invitation to tender documentation.
III.2.3)Technical capacity
See invitation to tender documentation (Section 1.3 OBS Specification).
Minimum level(s) of standards possibly required:
See invitation to tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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: See invitation to tender documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Trust governance and standards.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Barnsley Hospital NHS Foundation Trust
Gawber Road
S752EP Barnsley
UNITED KINGDOM
E-mail: tspensley@nhs.net
Telephone: +44 226730000
Body responsible for mediation procedures
Barnsley Hospital NHS Foundation Trust
Gawber Road
S752EP Barnsley
UNITED KINGDOM
E-mail: tspensley@nhs.net
Telephone: +44 1226730000
VI.5)Date of dispatch of this notice: