Section one: Contracting authority
one.1) Name and addresses
Doncaster and Bassetlaw Teaching Hospital NHS Foundation Trust
Doncaster Royal Infirmary, Armthorpe Road
Doncaster
DN2 5LT
Contact
Lisa Holleworth
Country
United Kingdom
Region code
UKE31 - Barnsley, Doncaster and Rotherham
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DBTH Patient Pathway management
Reference number
DBTH027-CORP-LH-2022-23
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
There is a requirement for a discrete, user-friendly real time software application for the management and tracking of all pathways, including both Referral to Treatment (RTT) and non RTT, to ensure patients are prioritised, managed and tracked effectively in relation to urgency, clinical pathways and waiting time standards.
All patient pathway events and activity across the Trust would be fully integrated within the application, including (PAS) Patient Administration System events and diagnostics. The application will support identifying cohorts of patients for prioritisation through a range of user configurable reports, filters, flags and automatic alerts. The application will include dynamic operational work flow including task management and creating actions and events.
It will contain functionality for highlighting potential data quality issues, undertaking validation and reporting on the outcomes of the validation including supporting root cause analysis.
two.1.5) Estimated total value
Value excluding VAT: £390,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance
Doncaster and Bassetlaw
two.2.4) Description of the procurement
There is a requirement for a discrete, user-friendly real time software application for the management and tracking of all pathways, including both Referral to Treatment (RTT) and non RTT, to ensure patients are prioritised, managed and tracked effectively in relation to urgency, clinical pathways and waiting time standards.
All patient pathway events and activity across the Trust would be fully integrated within the application, including (PAS) Patient Administration System events and diagnostics. The application will support identifying cohorts of patients for prioritisation through a range of user configurable reports, filters, flags and automatic alerts. The application will include dynamic operational work flow including task management and creating actions and events.
It will contain functionality for highlighting potential data quality issues, undertaking validation and reporting on the outcomes of the validation including supporting root cause analysis. The solution will contain a full audit trail.
The solution will support multi-roles including Validators, Medical Secretaries, Business Management, Booking and Scheduling, Information Managers etc.
The solution will contain management information reports designed for Operational users, Clinical and senior management.
All the data contained in the solution will be fully available to the Trust to access using their own reporting solutions such as importing into the Trust’s data warehouse.
For the avoidance of doubt we are seeking a fully functional discrete stand-alone application which interfaces with trust existing systems, not an EPR system. The Trust does not wish to develop a system.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £390,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract is for two years with the option to extend for a further two year period. The value of £390,000 includes all extension options for the full 4 year contract term.
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please download the documents on Atamis
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
The Trust issued a PIN to the market over 35 days ago.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-034407
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30 June 2023
four.2.7) Conditions for opening of tenders
Date
14 February 2023
Local time
12:00pm
Place
Atamis
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.2) Body responsible for mediation procedures
Doncaster and Bassetlaw Teaching Hospital NHS Foundation Trust
Doncaster Royal Infirmary, Armthorpe Road
Doncaster
DN2 5LT
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Doncaster and Bassetlaw Teaching Hospital NHS Foundation Trust
Doncaster Royal Infirmary, Armthorpe Road
Doncaster
DN2 5LT
Country
United Kingdom