Section one: Contracting authority
one.1) Name and addresses
The Dudley Group NHS Foundation Trust
Russells Hall Hospital Pensnett Road
Dudley
DY1 2HQ
Contact
Kirk Johnson
Telephone
+44 7896607624
Country
United Kingdom
Region code
UKG36 - Dudley
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
Regional or local authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Modern Clinical Communications Solution and Implementation Partner
Reference number
C168654
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
A Bleep communication system is currently being utilised at The Dudley Group NHS Foundation Trust (DGFT). However, in 2019 the then Health Secretary called for the phasing out of this method of communication. Modern technology facilitates the need for team-based communication, image facilitation, and task assignment. Bleeps on the other hand require medics to seek out landline phones to then go through a switch board and manually telephone everyone involved which negatively impacts efficient clinical care. In line with our Digital and People Plans, a new communication solution is needed to improve productivity.
To achieve digital maturity, modern clinical communication solutions is a key element to ensure that there is a sustainable patient flow through the treatment process. Improving the flow of patients is in line with a key strategic objective of ensuring patient care. As a result of the recent pandemic, there is now a significant backlog of patients across clinical domains, meaning that ensuring there is adequate communication and flow is essential to ensure the Trust meets clinical demands.
DGFT wish to embark on a programme of work to deliver enhancements to our clinical communication methodologies which will underpin the efficient flow of patients between clinical teams. A partner is required to provide a full end-to-end set of professional in-house Project Services relating to Modern Clinical Communication and offer insight expertise into linking this with the current digital infrastructure at DGFT.
two.1.5) Estimated total value
Value excluding VAT: £350,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48510000 - Communication software package
two.2.3) Place of performance
NUTS codes
- UKG37 - Sandwell
two.2.4) Description of the procurement
The Trust is looking for a third-party partner to deliver:
• A modern clinical communications platform which allows for ease of communication between staff
• Intuitive user interface and good user experience, requiring limited training to fully understand functionality.
• Be able to be utilised on several devices, whether this be mobile phone, tablet, or PC.
The Trust are suggesting the number of user licenses to be circa 2000 initially, with potential commitment to scale to as high as 5000 in the future.
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: £350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Contract duration will be for an initial 2 year period with the option to extend for up to a further 24 months (at intervals to be agreed between the Successful Bidder and the Authority). Maximum contract term will be 4 years in total.
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.1.8) 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
Originally published as:
Date
25 May 2023
Local time
4:00pm
Changed to:
Date
16 June 2023
Local time
12:00pm
See the change notice.
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 May 2023
Local time
8:00am
Place
Tender publication via the Atamis Tender portal.
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
NHS England
Quarry House, Quarry Hill
Leeds
LS2 7UE
Country
United Kingdom