Tender

SLaM - Electronic Observation Solution - ST21-P234

  • South London and Maudsley NHS Foundation Trust

F02: Contract notice

Notice identifier: 2022/S 000-008617

Procurement identifier (OCID): ocds-h6vhtk-032844

Published 30 March 2022, 5:30pm



Section one: Contracting authority

one.1) Name and addresses

South London and Maudsley NHS Foundation Trust

Bethlem Royal Hospital

Beckenham

BR3 3BX

Contact

Charlotte Facer

Email

charlotte.facer@gstt.nhs.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.slam.nhs.uk

Buyer's address

https://www.health-family.force.com/s/Welcome

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

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

http://health.atamis.co.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

SLaM - Electronic Observation Solution - ST21-P234

Reference number

ST21-P234

two.1.2) Main CPV code

  • 48180000 - Medical software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

The aim of this requirement is to appoint a single supplier framework for the provision of an Electronic Observation Platform.

The consortia procurement initiative, the first of its kind to explore procuring open standards and platform technology. By working in partnership, as a healthcare consortium within and on behalf of collaborating trusts and or healthcare providers, we aim to seek out and collaborate with suppliers who are prepared to partner with us, and who share our values and ethos. This requires a collaborative procurement hub, aimed to provide optimum use of our combined capability and resources, reducing duplication and wasteful competition, where appropriate improved commercial outcomes, leading to potential reductions in cost for consortium members, wider NHS and public sector.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72212180 - Medical software development services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Bethlem Royal Hospital, Monks Orchard Road, Beckenham, BR3 3BX

two.2.4) Description of the procurement

The aim of this requirement is to appoint a single supplier framework for the provision of an Electronic Observation Platform.

The consortia procurement initiative, the first of its kind to explore procuring open standards and platform technology. By working in partnership, as a healthcare consortium within and on behalf of collaborating trusts and or healthcare providers, we aim to seek out and collaborate with suppliers who are prepared to partner with us, and who share our values and ethos. This requires a collaborative procurement hub, aimed to provide optimum use of our combined capability and resources, reducing duplication and wasteful competition, where appropriate improved commercial outcomes, leading to potential reductions in cost for consortium members, wider NHS and public sector.

The approach and its perceived outcomes are to deliver best in class procurement solutions for the consortia and wider healthcare economy by executing a short-term procurement route via existing frameworks,

The Objectives of the consortia are to:
• Share benefit: developments are done for the benefit of all, not one.
• Share data: make data open so that existing products can still be used even when the new vendor has changed.
• Share financial rewards:
• when our NHS expertise is used to develop a product, rewards being shared back to the consortium.
• arrangement to be self-funding.
• Becoming Vendor neutral
• Collaborative working and sharing innovation and development

Participating NHS Trusts
The participating NHS Trust listed in the table below are inviting bidders who are experienced and suitably qualified to provide supply, installation and implementation of the Electronic Observations.

The following Trusts are interested in procuring a new eOBs system
• South London Maudsley NHS Foundation Trust
• Oxford Health NHS Foundation Trust
• West London NHS Trust
• Sussex Partnership NHS Foundation Trust

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: £5,000,000

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

Duration in months

48

This contract is subject to renewal

No

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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.2.2) Time limit for receipt of tenders or requests to participate

Date

2 May 2022

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

Duration in months: 5 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 May 2022

Local time

12:00pm


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

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals