Award

Insight Direct UK LTD (Alcidion UK Limited) – EPR Services

  • Dartford and Gravesham NHS Trust

F15: Voluntary ex ante transparency notice

Notice identifier: 2024/S 000-005147

Procurement identifier (OCID): ocds-h6vhtk-043a91

Published 15 February 2024, 4:18pm



Section one: Contracting authority/entity

one.1) Name and addresses

Dartford and Gravesham NHS Trust

Darent Valley Hospital Darenth Wood Road

Dartford

DA2 8DA

Contact

Andrew Mouatt

Email

andrew.mouatt@gstt.nhs.uk

Country

United Kingdom

Region code

UKI43 - Haringey and Islington

Internet address(es)

Main address

https://www.dvh.nhs.uk

Buyer's address

https://www.dvh.nhs.uk

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

Insight Direct UK LTD (Alcidion UK Limited) – EPR Services

Reference number

SF049648

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

II.1.4) Short Description This VEAT is to inform the market of the Dartford and Gravesham NHS Trust (the Trust) intention to extend its contract with its incumbent supplier of e-Noting services from Insight Direct (UK) Ltd, Technology Building, Insight Campus, Terry Street, Sheffield, S9 2BU (the Supplier) for a period of 3 years. This is not a Tender opportunity.

The e-Noting contract provides functionality to support clinical noting, nursing assessments, observations capture and escalation and is used as the core platform for integration to order communications and electronic prescribing and medications management.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,084,462

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ41 - Medway
Main site or place of performance

Darent Valley Hospital, Darenth Wood Road, Dartford, Kent DA2 8DA

two.2.4) Description of the procurement

This is a VEAT notice, not an opportunity to Tender, where the Trust intends to extend its existing supplier contract via a Contract Change Notice to cover an additional 3 year period while the Trust procures and implements an EPR solution

two.2.5) Award criteria

Price

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

two.2.14) Additional information

II.2.14) Additional Information


The Trust is proposing to extend its existing contract with incumbent supplier Insight, for the Alcidion Miya Precision platform, which includes the modules for e-noting, nursing observations and assessments, Emergency Department, Electronic Discharge notification, order comms and patient flow. The CCN also includes cloud transition (at no additional cost) as Alcidion do not offer Miya as an on premise option.

By undertaking this contract extension, the Trust will provide the business continuity needed for the continued use of digital clinical systems to support the delivery of high quality and safe patient care. Failure to continue with the provision of these products will have a significant adverse impact on the delivery of safe patient care. The Trust is proposing to extend the current supplier contract for a period 3 years, this being the minimum period necessary for it to carry out a full and complete procurement exercise for an EPR solution, including the necessary period of contract mobilisation following the appointment of a successful bidder.

The Trust is committed to developing the digital maturity of the organisation to deliver its vision “Providing outstanding care that is skilled trusted and kind every time”. The Trust strategy positions digital as a key enabler over the next 10 years. To support its strategic direction the Trust will be undertaking a procurement for an EPR solution.

The Trust Board approved the Outline Business Case (“OBC”) in December 2023, which has not provided sufficient time for the Trust to undertake a procurement before the existing contract ends.

The Trust will be undertaking an EPR procurement and is working with NHSE to meet the necessary criteria for funding from the Frontline Digitisation Programme. The Trust is currently completing a number of readiness activities including establishing an infrastructure to support cloud services as well as actively engaging with stakeholders for preparing the requirements documents. The Trust aims to submit the Outline Business Case and accompanying documentation to NHSE in July 2024. Pre-market engagement will take place in August 2024, with the intention to issue an ITT in September 2024. It is expected that a Final Business Case will be submitted to NHSE in January 2025, and following NHSE approval, and Trust Board approval contract signature will be in September 2025.

These timelines are ambitious. To allow for contingence, and to provide the Trust adequate time to transition to an EPR solution, the Trust proposes to extend the existing contract by 3 years.

The Trust has considered the procurement and given the complexity of the EPR procurement, it is considered that this timeframe is the shortest realistic time period which will allow for the procurement process and necessary approvals from the Trust and NHSE, and allow for a smooth transition and EPR deployment.

The Trust is currently actively engaged and working with LPP and NHS England to agree procurement documentation and route to market for an EPR.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

By undertaking this contract extension, the Trust will provide the business continuity needed for the continued use of digital clinical systems to support the delivery of high quality and safe patient care. Failure to continue with the provision of these products will have a significant adverse impact on the delivery of safe patient care.

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

15 March 2019

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

INSIGHT DIRECT (UK) LTD

Technology Building, Insight Campus, Terry Street

Sheffield

S9 2BU

Email

pstenderteam@insight.com

Country

United Kingdom

NUTS code
  • UKE3 - South Yorkshire
National registration number

02579852

Internet address

www.uk.insight.com

The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £2,084,462


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

NHS Kent and Medway Integrated Care Board

2nd floor Gail House Lower Stone Street

Maidstone

ME15 6NB

Country

United Kingdom

Internet address

https://www.kentandmedway.icb.nhs.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

If a supplier wishes to challenge this award please contact Andrew Mouatt via Atamis or at andrew.mouatt@gstt.nhs.uk within 10 calendar days of the publication of this notice.