web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Gillingham: IT services: consulting, software development, Internet and support

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 065-112387/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Medway NHS Foundation Trust
Green Zone, Level 1, Medway Maritime Hospital, Windmill Road
Gillingham
Postal code: ME7 5NY
United Kingdom
For the attention of: Mr Daniel Medley
Phone: +44 1634830000
Email: daniel.medley@medway.nhs.uk
Internet Address(es):
General address of the contracting authority:
Electronic access to information: www.lppsourcing.org
Electronic submission of tenders and requests to participate: www.lppsourcing.org
Further information can be obtained from: Medway NHS Foundation Trust
Green Zone, Level 1, Medway Maritime Hospital, Windmill Road
Gillingham
Postal code: ME7 5NY
United Kingdom
For the attention of: Mr Daniel Medley
Phone: +44 1634830000
Email: daniel.medley@medway.nhs.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Medway NHS Foundation Trust
Green Zone, Level 1, Medway Maritime Hospital, Windmill Road
Gillingham
Postal code: ME7 5NY
United Kingdom
For the attention of: Mr Daniel Medley
Phone: +44 1634830000
Email: daniel.medley@medway.nhs.uk

Tenders or requests to participate must be sent to: Medway NHS Foundation Trust
Green Zone, Level 1, Medway Maritime Hospital, Windmill Road
Gillingham
Postal code: ME7 5NY
United Kingdom
For the attention of: Mr Daniel Medley
Phone: +44 1634830000
Email: daniel.medley@medway.nhs.uk

I.2) Type of the contracting authority:
OTHER: NHS Trust
I.3) Main activity: Health
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Medway Order Comms.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Nuts code: UKJ4
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
To implement an electronic order comms. solution primarily for Pathology and Radiology requesting and results reporting for all Trust-based clinicians and GPs within the Medway and Swale Clinical Commissioning Groups (CCGs). The system will also be available for other key healthcare partners within the community such as Prisons and the Army barracks. The system will be implemented in phases with Pathology and Radiology in the 1st phase and other services, to be confirmed, in future phases. For users of key acute services, initially Pathology and Radiology, to be able to place requests for services, such as diagnostic testing, electronically and to securely receive results/outputs electronically so that almost all requests and results will be delivered electronically. The implementation will improve patient safety and overall experience during healthcare episodes through increased data accuracy and information availability and improved data flows and faster diagnostic results in many cases. Increased use of technology will facilitate upcoming projects and programmes intended to reduce the Trust’s reliance on paper and inefficient manual data entry processes.
II.1.6) Common procurement vocabulary (CPV): 72000000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:

II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
To implement an electronic order comms. solution primarily for Pathology and Radiology requesting and results reporting for all Trust-based clinicians and GPs within the Medway and Swale Clinical Commissioning Groups (CCGs). The system will also be available for other key healthcare partners within the community such as Prisons and the Army barracks. The system will be implemented in phases with Pathology and Radiology in the 1st phase and other services, to be confirmed, in future phases. For users of key acute services, initially Pathology and Radiology, to be able to place requests for services, such as diagnostic testing, electronically and to securely receive results/outputs electronically so that almost all requests and results will be delivered electronically. The implementation will improve patient safety and overall experience during healthcare episodes through increased data accuracy and information availability and improved data flows and faster diagnostic results in many cases. Increased use of technology will facilitate upcoming projects and programmes intended to reduce the Trust’s reliance on paper and inefficient manual data entry processes.
Estimated value excluding VAT:
Range: between 500 000 and 1 500 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3) Duration of the contract or time limit for completion:
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Please see PQQ.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see PQQ.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please see PQQ.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
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: Please see PQQ.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Please see PQQ.
Minimum level(s) of standards possibly required: Please see PQQ.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Please see PQQ.
Minimum level(s) of standards possibly required: Please see PQQ.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: YES
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 1 and maximum number 6
Objective criteria for choosing the limited number of candidates:
Please see PQQ.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedNO
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
0099
IV.3.2) Previous publication(s) concerning the same contract:

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:02.05.2016 – 12:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
07.06.2016 – 10:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
10.5.2016
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 180 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:
Date: 13.6.2016 – 9:00
Persons authorised to be present at the opening of tenders: no.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Debbie Wright
Medway Hospital, Windmill Street
Gillingham
Postal code: ME7 5NY
United Kingdom
Phone: +44 1634833407
Email: debbie.wright@medway.nhs.uk
Body responsible for mediation procedures:
Daniel Medley
Same as above
United Kingdom
Email: daniel.medley@medway.nhs.uk
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:11.7.2016.
VI.5) Date of dispatch of this notice:
31.03.2016