Section one: Contracting authority
one.1) Name and addresses
North London NHS Foundation Trust
North London Mental Health Partnership Headquarters, 4th Floor, East Wing, St Pancras Hospital, 4 St Pancras Way
London
NW1 0PE
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.northlondonmentalhealth.nhs.uk/
Buyer's address
https://www.northlondonmentalhealth.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
NLFT_00193 Local Risk Management and Incident Reporting System
Reference number
NLFT_00193
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Local Risk Management & Incident Reporting System with additional quality improvement modules.
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: £506,728
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI3 - Inner London – West
two.2.4) Description of the procurement
This procurement was conducted using a two-stage restricted procedure in accordance with the Public Contracts Regulations 2015 (PCR 2015).
Stage 1 (Current Stage): This was the selection stage where we assessed the capability, capacity, and experience of potential suppliers. Suppliers are required to complete this Selection Questionnaire, which was then evaluated on a pass/fail basis against the criteria set out in the document.
Stage 2 (Invitation to Tender): Suppliers who successfully passed Stage 1 were invited to participate in Stage 2. In this stage, qualified suppliers received detailed specifications and were asked to submit full tenders. These tenders were evaluated based on a combination of quality and price factors, which were fully explained in the Stage 2 documentation.
This FTS Restricted Stage 1 document provided a detailed statement of the context, scope and objectives for the procurement of A Digital Local Risk Management and Incident Reporting System that will meet the Trust’s business requirements.
Timelines:
06/09/2024 - Publication of the PIN Issuing Stage 1 ITT SQ Document
18/09/2024 - Deadline for Submission of FTS Restricted Stage 1 response
23/09/2024 - Stage 2 ITT Publish
31/10/2024 - Stage 2 ITT Response Deadline
31/08/2025 - Target Go Live Date
two.2.5) Award criteria
Quality criterion - Name: Scored User Journey / Weighting: 25
Quality criterion - Name: Quality Questions / Weighting: 40
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 25
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
Restricted procedure
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: 2024/S 000-028658
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 March 2025
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
InPhase Limited
One Mere Way Ruddington Fields Business Park, Ruddington, Nottingham
Ruddington, Nottingham
NG11 6JS
Telephone
+44 1629699100
Country
United Kingdom
NUTS code
- UKF15 - North Nottinghamshire
National registration number
03019187
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £506,728
Total value of the contract/lot: £506,728
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
North of England Commercial Procurement Collaborative (NOE CPC)
Savile Street East,
Sheffield,
S4 7UQ
Country
United Kingdom