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
Country
United Kingdom
Region code
UKI52 - Barking & Dagenham and Havering
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
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
internationalrelationsrudicialoffice@judiciary.uk
Country
United Kingdom