Awarded contract

Healthcare Output and Content Management System National Framework Agreement

  • Countess of Chester Hospital NHS Foundation Trust

F20: Modification notice

Notice reference: 2024/S 000-007224

Published 6 March 2024, 3:28pm



Section one: Contracting authority/entity

one.1) Name and addresses

Countess of Chester Hospital NHS Foundation Trust

Liverpool Road

Chester

Email

marion.haddley@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.nhssourcing.co.uk


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Healthcare Output and Content Management System National Framework Agreement

Reference number

F/029/HCMS/19/IB

two.1.2) Main CPV code

  • 48814000 - Medical information systems

two.1.3) Type of contract

Supplies

two.2) Description

two.2.2) Additional CPV code(s)

  • 30210000 - Data-processing machines (hardware)
  • 44316400 - Hardware
  • 48600000 - Database and operating software package
  • 48810000 - Information systems
  • 79800000 - Printing and related services
  • 79996100 - Records management
  • 79999100 - Scanning services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement at the time of conclusion of the contract:

A healthcare output and content management system concerns the provision of hardware and softwaresolutions and services that enable an NHS organisation to manage its output and data silos typically presentwithin its best of breed clinical systems and other support systems. The system can be composed of severalmodular components which all work together to create a coherent platform for managing output and healthcarecontent to enrich hospitals’ existing investments in systems, such as, electronic patient record (EPR) systemsand Patient administration systems (PAS).

At a high-level, the solution must provide:

— user friendly, simple and clean single source access portal which presents data (stored and managedcontent) from all hospital clinical systems,

—— ability to store electronically-generated healthcare content;

—— ability to manage healthcare content throughout its lifecycle, providing auditable information andappropriate security;

—— ability to capture and route new information from analogue and digital sources, including the provision of e-forms;

—— enterprise based software licences to view, access, capture and route information;

—— ability to integrate with scanning and archiving solutions;

—— ability to integrate hardware (output device/MFD) with clinical systems;

—— training and professional services for implementation and maintenance;

—— software and hardware maintenance;

—— appropriate hardware to facilitate transition to digital patient records and a digital enterprise.

Total solution

Bidders must offer a solution that encompasses all of the modular elements described in the ITT documents.These elements may be called-off and established individually to enable NHS organisations to adopt thistechnology with minimal impact to its patient services and available funding. Call-off contracts will include aroadmap of total or partial adoption. There is no obligation under this agreement for NHS organisations tocommit to purchase all available modules. However, for the avoidance of doubt, this framework cannot beutilised to award a managed print/hardware service with no intention to ever adopt other modules provisioned inthis framework. The purpose of this is to not distort the already well-established hardware market, which manyother framework agreements already service.

This will be a framework agreement with no commitment or guaranteed level of business.

two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

48

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.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2019/S 240-589666


Section five. Award of contract/concession

Contract No

1

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

2 December 2019

five.2.2) Information about tenders

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

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

Lexmark International Ltd

Maidenhead

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £65,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 48814000 - Medical information systems

seven.1.2) Additional CPV code(s)

  • 30210000 - Data-processing machines (hardware)
  • 44316400 - Hardware
  • 48600000 - Database and operating software package
  • 48810000 - Information systems
  • 79800000 - Printing and related services
  • 79996100 - Records management
  • 79999100 - Scanning services

seven.1.3) Place of performance

NUTS code
  • UK - United Kingdom

seven.1.4) Description of the procurement:

A healthcare output and content management system concerns the provision of hardware and softwaresolutions and services that enable an NHS organisation to manage its output and data silos typically presentwithin its best of breed clinical systems and other support systems. The system can be composed of severalmodular components which all work together to create a coherent platform for managing output and healthcarecontent to enrich hospitals’ existing investments in systems, such as, electronic patient record (EPR) systemsand Patient administration systems (PAS).

At a high-level, the solution must provide:

— user friendly, simple and clean single source access portal which presents data (stored and managedcontent) from all hospital clinical systems,

—— ability to store electronically-generated healthcare content;

—— ability to manage healthcare content throughout its lifecycle, providing auditable information andappropriate security;

—— ability to capture and route new information from analogue and digital sources, including the provision of e-forms;

—— enterprise based software licences to view, access, capture and route information;

—— ability to integrate with scanning and archiving solutions;

—— ability to integrate hardware (output device/MFD) with clinical systems;

—— training and professional services for implementation and maintenance;

—— software and hardware maintenance;

—— appropriate hardware to facilitate transition to digital patient records and a digital enterprise.

Total solution

Bidders must offer a solution that encompasses all of the modular elements described in the ITT documents.These elements may be called-off and established individually to enable NHS organisations to adopt thistechnology with minimal impact to its patient services and available funding. Call-off contracts will include aroadmap of total or partial adoption. There is no obligation under this agreement for NHS organisations tocommit to purchase all available modules. However, for the avoidance of doubt, this framework cannot beutilised to award a managed print/hardware service with no intention to ever adopt other modules provisioned inthis framework. The purpose of this is to not distort the already well-established hardware market, which manyother framework agreements already service.

This will be a framework agreement with no commitment or guaranteed level of business.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

60

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This extension in duration is required to allow a user of the framework to conclude a procurement as otherwise they would suffer significant inconvenience.

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£65,000,000

seven.1.7) Name and address of the contractor/concessionaire

Lexmark International Ltd

Maidenhead

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

This notice is being published to extend the duration of the framework agreement only. All other aspects of the Contract Award Notice (reference 2019/S 240-589666) published in December 2019 remain the same.

This framework agreement was originally extended for 6 months. This notice is to confirm the additional further 6 months extension has been taken, making a total extension of 12 months compared to the original notice.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

This extension in duration is required to allow a user of the framework to conclude a procurement as otherwise they would suffer significant inconvenience.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £65,000,000

Total contract value after the modifications

Value excluding VAT: £65,000,000