Tender

Medical Appraisal and Medical & AHP Job Planning Software LOT 1 & LOT 2

  • YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST

F02: Contract notice

Notice identifier: 2024/S 000-027801

Procurement identifier (OCID): ocds-h6vhtk-0496e8

Published 30 August 2024, 3:52pm



Section one: Contracting authority

one.1) Name and addresses

YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST

Wigginton Road

YORK

YO318HE

Contact

Richard Robinson

Email

richard.robinson15@nhs.net

Telephone

+44 1723342159

Country

United Kingdom

Region code

UKE21 - York

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.yorkhospitals.nhs.uk/

one.3) Communication

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

https://atamis.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://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

Medical Appraisal and Medical & AHP Job Planning Software LOT 1 & LOT 2

Reference number

C304385

two.1.2) Main CPV code

  • 79419000 - Evaluation consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Trust are looking for one or two suppliers (Lot 1 = Medical // Lot 2 = AHP) - you can bid for one or both Lots -

The Trust is currently seeking to purchase software, which will allow the Trust to undertake Medical Job Planning, AHP Job Planning, medical appraisal, revalidation and 360˚ feedback management. This system should meet the requirements detailed below that will replace (if applicable), upgrade the currently utilised software.

The software will need to reflect the appropriate Terms and Conditions of Service for each of the staff groups and contracts in operation at this present time.

two.1.5) Estimated total value

Value excluding VAT: £100,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 = MedicalLot 2 = AHP

two.2) Description

two.2.1) Title

Mecidal

Lot No

1

two.2.2) Additional CPV code(s)

  • 79411100 - Business development consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE21 - York
Main site or place of performance

York and Scarborough Teaching Hospitals NHS Foundation Trust

Wigginton Road, York, YO31 8HE

Plus all other Trust sites

two.2.4) Description of the procurement

Open tender via ATAMIS

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: £50,000

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

12 months PLUS 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

None

two.2) Description

two.2.1) Title

AHP

Lot No

2

two.2.2) Additional CPV code(s)

  • 79411000 - General management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE21 - York
Main site or place of performance

YO31 8HE

two.2.4) Description of the procurement

AHP - as per ITT documents

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: £50,000

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

12 months PLUS 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.14) Additional information

ATAMIS


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

Date

30 September 2024

Local time

11:00am

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

four.2.7) Conditions for opening of tenders

Date

30 September 2024

Local time

12:00pm

Place

ONLINE


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office 70 Whitehall London SW1A 2AS

Lnodon

SW1A 2AS

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Public Procurement Review Service

Cabinet Office 70 Whitehall London SW1A 2AS

London

SW1A 2AS

Country

United Kingdom