Tender for NHS Health Check Software
In order to support the operational process and monitor the performance and effectiveness of the NHS Health Check programme at all levels, Hertfordshire County Council is procuring an information system.
United Kingdom-Hertford: Health and social work services
2020/S 185-447992
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Pegs Lane
Town: Hertford
NUTS code: UKH23 Hertfordshire
Postal code: SG13 8DE
Country: United Kingdom
Contact person: Strategic Procurement Group
E-mail: zoe.upson@hertfordshire.gov.uk
Telephone: +44 1707292463
Address of the buyer profile: www.supplyhertfordshire.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
HCC – 09/20 — The Provision and Maintenance of NHS Health Check Software
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Hertfordshire County Council (the ‘Council’) is currently out to procurement for the provision and maintenance of NHS Health Check Software. Further information in regards to this opportunity can be found in II.2.4) Description of the procurement field (OJEU contract notice refers). Organisations wishing to take part in this project are invited to express interest which will give access to the full procurement documents in the eTendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the eTendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.
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
II.2.4)Description of the procurement:
In order to support the operational process and monitor the performance and effectiveness of the NHS Health Check programme at all levels, Hertfordshire County Council (HCC) is procuring an information system. This information system will provide a comprehensive suite of reporting and analytical tools to support the information requirements of the NHS Health Check programme both locally and nationally. The software must be uniform across all GP practices and provide the core functionality for the NHS Health Check programme, including:
• the identification of the population eligible for an NHS Health Check in Hertfordshire;
• the ability for GP practices to prioritise invitations based on an individual’s estimated risk of cardiovascular disease (CVD);
• the function to categorise the eligible population by their status in the Health Check process;
• the ability to provide programme activity and outcome reports for Hertfordshire County Council by registered GP practice.
The contractor will be expected to undertake a mobilisation period for the service, as per paragraph 2.4 (Mobilisation) below and for the new service to be live on 1 April 2021.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Council will review its options towards the end of the contract period.
II.2.10)Information about variants
II.2.11)Information about options
Option to extend for up to a further period of two (2) years.
II.2.13)Information about European Union funds
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to the tender documents issues at www.supplyhertfordshire.uk
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
This procurement is an open (1 stage process). Suppliers wishing to take part in this project are invited to ‘express interest’ which will give access to the full procurement documents in the eTendering system. To be considered as a bidder you must complete and submit a bid by the deadline of 12.00 noon on 30 October 2020. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above. Please allow sufficient time to make your return as late returns will not be permitted by the system. Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an eTendering system which is run by InTend. To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. In accordance with Regulation 53 of the Public Contracts Regulations 2015, the Council’s procurement documents are available within the eTendering system. If you are experiencing problems InTend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.com or telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8.30-17.30. The Council reserves the right at any time to cease the procurement process and not award a contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result. The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council’s obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request. The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council’s requirements and remain financially viable to fulfil the requirements under the contract.
VI.4.1)Review body
Postal address: Royal Court of Justice, The Strand
Town: London
Postal code: WC24 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Postal address: Royal Court of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedure
The contracting authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the framework agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a framework agreement before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time- limits as defined in the above regulations. Where a framework agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the framework agreement has been entered into the court has the options to award damages and/or to shorten or order the framework agreement ineffective.
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Royal Court of Justice, The Strand
Town: Hertford
Postal code: WC24 2LL
Country: United Kingdom
VI.5)Date of dispatch of this notice: