Opportunity

Provision of a Chemotherapy ePrescribing System and Support Services

  • Imperial College Healthcare NHS Trust

F02: Contract notice

Notice reference: 2021/S 000-027231

Published 29 October 2021, 4:20pm



Section one: Contracting authority

one.1) Name and addresses

Imperial College Healthcare NHS Trust

St Mary's Hospital, Praed Street

London

W21NY

Contact

Lee Matthews

Email

lee.matthews2@nhs.net

Country

United Kingdom

NUTS code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

https://www.imperial.nhs.uk

Buyer's address

https://www.imperial.nhs.uk

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

Provision of a Chemotherapy ePrescribing System and Support Services

Reference number

C50552

two.1.2) Main CPV code

  • 85149000 - Pharmacy services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of a Chemotherapy ePrescribing System and Support Services for and on behalf of (1) Imperial College Healthcare NHS Trust, (2) Chelsea and Westminster Hospital NHS Foundation Trust, (3) London North West University Healthcare NHS Trust and (4) The Hillingdon Hospitals NHS Foundation Trust

two.1.5) Estimated total value

Value excluding VAT: £1,900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
Main site or place of performance

(1) Imperial College Healthcare NHS Trust, (2) Chelsea and Westminster Hospital NHS Foundation Trust, (3) London North West University Healthcare NHS Trust and (4) The Hillingdon Hospitals NHS Foundation Trust

two.2.4) Description of the procurement

Imperial College Healthcare NHS Trust, acting as lead Authority for (1) Imperial College Healthcare NHS Trust, (2) Chelsea and Westminster Hospital NHS Foundation Trust, (3) London North West University Healthcare NHS Trust and (4) The Hillingdon Hospitals NHS Foundation Trust, requires a single, specialist Chemotherapy Electronic Prescribing System for cancer services for use across the North West London (NWL) Integrated Care System (ICS).The solution needs to have the capability of interfacing with numerous IT systems within each participating Trust to provide both clinical and administrative functions, with the ability to support services that are located across multiple sites, both in acute and community/outpatient settings.The supplier will be contracted for the supply and maintenance of a Chemotherapy Electronic Prescribing System which must include Haemato-oncology, Solid Tumours and Paediatric Oncology.The successful solution must provide the following key functionality: 1. Provision of specialist chemotherapy e-Prescribing providing a complete end-to-end chemotherapy prescribing solution including predefined regimens, prescribing, scheduling, dispensing, through to chemotherapy administration and reporting. 2. The ability to integrate with other software solutions both internal and external to the participating NWL ICS Trusts. In particular, with the increasing integration of cytotoxic treatment and radiotherapy, integrate with radiotherapy treatment and verification systems to support chemo-radiation regimens. The integration must be capable of two-way communication with other Trust solutions ensuring critical clinical information is shared. 3. The ability to accommodate all of the participating NWL ICS Trust’s cancer patients for the duration of the contract including any possible future service expansion requirements. Automatic dose calculations, allergy & sensitivity alerting, decision support linked to pathology & toxicity, drug-to-drug interaction support, and bar-coded wristband & drug scanning. 4. Enable the participating NWL ICS Trusts to analyse and audit all clinical processes of all participating Trusts chemotherapy prescribing activities and be fully compliant with all national reporting requirements including SACT (NHS Standards - Appendix 2) 5. The successful solution must provide integration capability to integrate with each participating NWL ICS Trusts pre-defined application currently in use, as part of in-flight projects and new projects. The main term of the contract shall be 5 years with the option, at the Authority's sole discretion, for 2 + 2 + 1 year contract extensions.

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: £1,900,000

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

Provision to extend the contract, at the Authority's sole discretion, for a further 2 x 2 x 1 year periods. The minimum contract term, subject to termination options, shall be 5 years and maximum contract duration shall therefore be 10 years.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The Authority's ITT cover conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Authority's ITT


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-012111

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

Date

29 November 2021

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

Tender must be valid until: 1 April 2022

four.2.7) Conditions for opening of tenders

Date

29 November 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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

six.4.4) Service from which information about the review procedure may be obtained

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

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