Tender

Procurement for the Provision of a Quality Learning and Safety Management System across the Acute Provider Collaborative (APC)

  • Central London Community Healthcare NHS Trust

F02: Contract notice

Notice identifier: 2024/S 000-016459

Procurement identifier (OCID): ocds-h6vhtk-046a4e

Published 24 May 2024, 1:55pm



Section one: Contracting authority

one.1) Name and addresses

Central London Community Healthcare NHS Trust

Ground Floor, 15 Marylebone Road

London

NW1 5JD

Contact

Jitendra Patel

Email

jitendra.patel2@nhs.net

Country

United Kingdom

Region code

UKI32 - Westminster

Internet address(es)

Main address

https://www.clch.nhs.uk

Buyer's address

https://www.clch.nhs.uk

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

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Procurement for the Provision of a Quality Learning and Safety Management System across the Acute Provider Collaborative (APC)

two.1.2) Main CPV code

  • 72265000 - Software configuration services

two.1.3) Type of contract

Services

two.1.4) Short description

North West London Procurement Services (hosted by Central London Community Healthcare NHS Trust) is issuing this contract notice on behalf of London North West University Healthcare NHS Trust, Imperial College Healthcare NHS Trust, Chelsea and Westminster NHS Foundation Trust and Hillingdon Hospitals NHS Foundation Trust to potential providers to participate in a call to competition (restricted procedure) for the collaborative procurement for the provision of a Quality Safety and Learning System.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72265000 - Software configuration services
  • 72263000 - Software implementation services
  • 72260000 - Software-related services
  • 72265000 - Software configuration services
  • 72267000 - Software maintenance and repair services
  • 72261000 - Software support services
  • 72260000 - Software-related services
  • 72268000 - Software supply services

two.2.3) Place of performance

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

London

two.2.4) Description of the procurement

Safety Learning Systems are utilised across the NHS to support both local and national learning from incidents, risks, complaints, claims and other associated safety governance processes. To drive efficiencies and maximise benefits the APC is seeking a single comprehensive quality safety and learning system to be procured and implemented across its member Trusts. By implementing a single shared system, a more holistic approach to safety governance across the (APC) can be achieved.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Optional extension period upto 24 months (1+1)

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 4

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

two.2.14) Additional information

We envisage taking the four highest scoring bidders through and they will be invited to submit a tender.


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

Date

24 June 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

1 July 2024

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: 4 (from the date stated for receipt of tender)


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

High Court

The Strand

London

WC2A 2LL

Country

United Kingdom