Section one: Contracting authority
one.1) Name and addresses
Hertfordshire and West Essex Integrated Care Board
Charter House, Parkway
Welwyn Garden City
AL8 6JL
Country
United Kingdom
Region code
UKH23 - Hertfordshire
Internet address(es)
Main address
https://hertsandwestessex.icb.nhs.uk
Buyer's address
https://hertsandwestessex.icb.nhs.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
Urgent and Emergency Care Dashboard for Hertfordshire and West Essex ICB
Reference number
ACE-0545-2022-HWE
two.1.2) Main CPV code
- 48814400 - Clinical information system
two.1.3) Type of contract
Supplies
two.1.4) Short description
The purpose of the Urgent and Emergency Care Dashboard is to improve patient flow, increase efficiencies and reduce delayed transfers of care across the Hertfordshire and West Essex system.
Multiple data feeds from each of the Provider organisations across the system are extracted from source systems into CSV files which are then fed into the solution. The purpose of the Dashboard, is to take the data and provide a 'live' whole system (health and social care) view of pressure and system flow across the urgent care system to enable operational leads to identify and address pressures as early as possible.
A compliant procurement process was undertaken via the NHS England Health Systems Support Framework to identify a supplier who delivered the most economically advantageous solution to deliver the services.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,500,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
- UKH35 - West Essex
Main site or place of performance
Across the area covered by the Hertfordshire and West Essex Integrated Care Board.
two.2.4) Description of the procurement
The purpose of the Urgent and Emergency Care Dashboard is to improve patient flow, increase efficiencies and reduce delayed transfers of care across the Hertfordshire and West Essex system.
Multiple data feeds from each of the Provider organisations across the system are extracted from source systems into CSV files which are then fed into the solution. The purpose of the Dashboard, is to take the data and provide a 'live' whole system (health and social care) view of pressure and system flow across the urgent care system to enable operational leads to identify and address pressures as early as possible.
The key objectives of the HWE ICB Urgent and Emergency Care System overview solution are:
• To provide all system partners with a shared view of 3 x place-based and a single consolidated ICS UEC system pressure
• To enable IT Inter-operability with existing system partner IT systems to maximise automated collection of data in real-time
• To provide flexible system configuration to enable data fields to be added/deleted, pre-configured reports to be changed/created, and data to be extracted for analysis purposes
• To easily generate daily Operational Pressures Escalation Levels (OPEL) reports that are pre-populated with both data and text
The Authority set out the requirement for an innovative supplier who will work in partnership to continue to evolve the solution throughout the contract period to meet new guidance and system demands with consistent engagement with the ICB and the wider Hertfordshire and West Essex ICS to achieve this.
A compliant procurement process was undertaken via the NHS England Health Systems Support Framework to identify a supplier who delivered the most economically advantageous solution to deliver the services. The Health Systems Support Framework was chosen as the most appropriate route to market which would best meet the Authority's objectives following a detailed options appraisal of potential routes to market.
Within the tender process the Authority signalled that they may wish to introduce additional and/or expand the scope of services during the lifetime of the contract (“Contract modification(s)”). Such contract modifications will be contemplated where additional requirements are similar and / or complementary to the services already included in the Specification, at any given time. Such expansion would be by the addition of services commissioned by the Authority and / or other Contracting Authorities, as named in the Contract Notice.
To this end, there is a possibility that the successful Bidder may be offered a variation to the contract in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020).
The contract will be for a term of 36 months, with the possibility of extending the term for a period of 24 additional months beyond the initial contracted duration by agreement between the Authority and the preferred supplier.
The maximum aggregate value of the contract (including all potential options and extensions) is £1,500,000, excluding VAT.
The value of the 36 month contract which has been awarded (excluding all potential options and extensions) is £585,000
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Cost criterion - Name: Price / Weighting: 20
two.2.11) Information about options
Options: Yes
Description of options
Within the tender process the Authority signalled that they may wish to introduce additional and/or expand the scope of services during the lifetime of the contract (“Contract modification(s)”). Such contract modifications will be contemplated where additional requirements are similar and / or complementary to the services already included in the Specification, at any given time. Such expansion would be by the addition of services commissioned by the Authority and / or other Contracting Authorities, as named in the Contract Notice.
To this end, there is a possibility that the successful Bidder may be offered a variation to the contract in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020).
The contract will be for a term of 36 months, with the possibility of extending the term for a period of 24 additional months beyond the initial contracted duration by agreement between the Authority and the preferred supplier.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
The contract was not subject to prior publication as a compliant procurement process was undertaken via the NHS England Health Systems Support Framework to identify a supplier who delivered the most economically advantageous solution to deliver the services. The NHS England Health Systems Support Framework was chosen as the most appropriate route to market which would best meet the Authority's objectives following a detailed options appraisal of potential routes to market.
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.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Contract No
ACE-0545-2022-HWE
Title
Urgent and Emergency Care Dashboard for Hertfordshire and West Essex ICB
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 September 2022
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Transforming Systems Limited
2 Stone Buildings, Lincolns Inn
London
WC2A 3TH
Country
United Kingdom
NUTS code
- UKI - London
Internet address
https://www.transformingsystems.com
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,500,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of Justice England and Wales
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Hertfordshire and West Essex Integrated Care Board
Charter House, Parkway
Welwyn Garden City
AL8 6JL
Country
United Kingdom