Section one: Contracting authority
one.1) Name and addresses
University of Bristol
4th Floor, Augustine's Courtyard, Orchard Lane
Bristol
BS1 5DS
Telephone
+44 01179289000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
University of Bristol Dental School Clinical Governance
Reference number
ITT_861 and ITT_862
two.1.2) Main CPV code
- 48100000 - Industry specific software package
two.1.3) Type of contract
Supplies
two.1.4) Short description
The University’s new Dental School is aiming to open in 2022. The Bristol Dental School is currently integrated and collocated with the Bristol Dental Hospital, which is run by the Universities Hospitals Bristol & Weston NHS Foundation Trust. As such, the IT systems currently used by the Dental School to facilitate clinical practice are those used by, and provided by, the NHS Trust.
The intention of the New Dental School project is to separate the University’s Dental School both physically and operationally from the Dental Hospital and the NHS Trust, creating a separate and independent Dental School and clinical facility based at a new dedicated location within Bristol.
In conjunction with this move, the Dental School’s operating model will be redefined to deliver enhancements to the quality of clinical education along with significant improvements to student, staff and patient experience.
By separating from the NHS Trust, and the Dental Hospital, the New Dental School will need to procure a number of new IT systems to support the clinical practice elements of the school. This procurement ( itt_861 and itt_862) was specifically for the provision of a Clinical Incident Management System software and Clinical Compliance System software, collectively known as Dental School Clinical Governance.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £231,200
two.2) Description
two.2.1) Title
Lot No
Lot 1: Clinical Incident Management System (CIMS)
two.2.2) Additional CPV code(s)
- 48100000 - Industry specific software package
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To support the operation of the Dental School it is a requirement to have a Clinical Incident Management System, available to any member of staff or student based in the Dental School building (approximately 700 students and staff). The implementation of an appropriate incident management system is a pre-requisite for Care Quality Commission (CQC) registration, that has to be in place before the new dental school can open.
The system is currently managed by the NHS Trust, where the Dental School’s main involvement is receiving actions and tasks relating to incidents and reporting back to the Trust with updates; this is achieved using prescribed document templates and emails.
The new system must ensure that the Dental School can manage all incidents that impact patient safety in a manner that is compliant with CQC (legislative) regulations. This will include:
· Capturing details of patient-safety incidents
· Automated workflows to ensure correct and timely response to incidents
· Tracking progress of incidents and investigations
· Alerts and emails to users (tasks, actions, notifications)
· Reporting and monitoring for compliance & quality
· A record of all communications sent to the patient or their representative
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 65
Quality criterion - Name: Commercial / Weighting: 35
Price - Weighting: 35
two.2.11) Information about options
Options: Yes
Description of options
2 years initial term plus 2 further option years (2+2)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
Lot 2: Clinical Compliance System (CCS)
two.2.2) Additional CPV code(s)
- 48100000 - Industry specific software package
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
No contract Awarded. The University is undertaking a reassessment of our approach and is intending to relaunch the CCS (lot 2) procurement in the new year with revised requirements as a new tender.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 65
Quality criterion - Name: Commercial / Weighting: 35
Price - Weighting: 35
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-022347
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Lot No
1
Title
Lot 1: Clinical Incident Management System (CIMS)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 January 2022
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Smartgate Solutions Limited
No 1 Leeds, 26 Whitehall road
Leeds
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £231,200
Section five. Award of contract
Lot No
2
Title
Lot 2: Clinical Compliance System (CCS)
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Bidders have the right to appeal as set out in the Public Contracts Regulations 2015. Proceedings under the Public Contracts Regulations 2015 are time limited and any such proceedings must be brought in the High Court of England and Wales.