Tender

Local Risk Management and Incident Reporting System

  • North East London NHS Foundation Trust

F01: Prior information notice (call for competition)

Notice identifier: 2024/S 000-028658

Procurement identifier (OCID): ocds-h6vhtk-0498e3

Published 6 September 2024, 4:06pm



Section one: Contracting authority

one.1) Name and addresses

North East London NHS Foundation Trust

CEME Centre - West Wing, Marsh Way

Essex

RM13 8GQ

Contact

Owais Aslam Parvaiz

Email

procurement@nelft.nhs.uk

Country

United Kingdom

Region code

UKI52 - Barking & Dagenham and Havering

Internet address(es)

Main address

https://www.nelft.nhs.uk

Buyer's address

https://www.nelft.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

Local Risk Management and Incident Reporting System

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

North London Mental Health Partnership (NLMHP) is publishing a PIN which serves as a call for competition for Risk Management and Incident Reporting System or software solutions.

Barnet Enfield and Haringey Mental Health NHS Trust (BEH) and Camden & Islington (C&I) NHS Foundation Trust are currently working in a partnership model as the North London Mental Health Partnership (NLMHP) with approximately 9,000 employees. The NLMHP is looking to be a single, new organisation, subject to National approval, expected to take place on 1st November 2024. Potential suppliers will be informed of any changes throughout the procurement process.

Suppliers must submit responses via the Atamis portal. Late submissions will not be accepted.

Suppliers are required to view the ITT Stage 1 SQ Documents on 06/09/2024 by registering on Atamis, if not already, by using the link: https://health-family.force.com/s/Welcome

Please contact atamis support at support-health@atamis.co.uk if you have any issues registering. Once register, please search for the atamis reference "C289924" to access the opportunity and self invite to review the ITT Stage 1 Documents to submit your responses.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48180000 - Medical software package

two.2.3) Place of performance

NUTS codes
  • UKI52 - Barking & Dagenham and Havering

two.2.4) Description of the procurement

This procurement is being conducted using a two-stage restricted procedure in accordance with the Public Contracts Regulations 2015 (PCR 2015).
Stage 1 (Current Stage): This is the selection stage where we assess the capability, capacity, and experience of potential suppliers. Suppliers are required to complete this Selection Questionnaire, which will be evaluated on a pass/fail basis against the criteria set out in this document.

Stage 2 (Invitation to Tender): Suppliers who successfully pass Stage 1 will be invited to participate in Stage 2. In this stage, qualified suppliers will receive detailed specifications and will be asked to submit full tenders. These tenders will be evaluated based on a combination of quality and price factors, which will be fully explained in the Stage 2 documentation.

This FTS Restricted Stage 1 document provides 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 and aligns itself to the Partnership Strategy.

The document outlines Local Risk Management and Incident Reporting System specifications with functionality requirements Excel sheet in Appendix A Functionality Requirements Sheet PIN, followed by supplier overview, Timetable and next steps.

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

The Stage 2 timelines are tentative and might change.

two.2.5) Award criteria

Price

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

Start date

1 September 2025

End date

31 August 2030

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

As specified in the procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

As specified in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

As specified in the procurement documents


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 expressions of interest

Date

18 September 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.5) Scheduled date for start of award procedures

23 September 2024


Section six. Complementary information

six.3) Additional information

Suppliers must submit responses via the Atamis portal. Late submissions will not be accepted.

six.4) Procedures for review

six.4.1) Review body

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

Email

internationalrelationsrudicialoffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/