Tender

Neonatal Electronic Patient Record System

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2023/S 000-033548

Procurement identifier (OCID): ocds-h6vhtk-041809

Published 14 November 2023, 9:20am



Section one: Contracting authority

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Westward House, 15-17 St James Street

Paisley

Pa3 2HJ

Email

james.warnock@ggc.scot.nhs.uk

Telephone

+44 1412015388

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.nhsggc.scot/about-us/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.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

Neonatal Electronic Patient Record 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

NHS Greater Glasgow & Clyde has a requirement to deliver a Neonatal Intensive Care (NICU) cloud based Electronic Patient Record (EPR) system

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

NHS Greater Glasgow & Clyde has a requirement to deliver a robust Neonatal Intensive Care (NICU) cloud based Electronic Patient Record (EPR) system.

The Health Board is seeking to work towards a full EPR system that will take them forward with a system that will have the ability to adapt with the ever-changing technology advances in Neonatal care. Utilising a system that takes away manual aspects and becomes and paper light service.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

2bx 12 month extension options

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.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

List and brief description of selection criteria:

Minimum level(s) of standards required:

With reference to SPD questions 4.B.1.1 – tenderers must provide their (“general”) Turnover for the last three (3) financial years.

Mandatory criteria: Turnover for each year stated must be at least twice the estimated contract value stated in the Contract Notice.

Evidence: copies of accounts or equivalent for the number of years stated. This is a pass/fail question. Failure to provide this information

will result in your bid being rejected.

With reference to SPD question 4B.4 - tenderers must provide the following ratios for at least the three most recent financial years.

- Current Ratio (Liquidity Ratio) of the Company (total current assets divided by total current liabilities) — Acceptable Range is >0.99

- Net Profit Margin of the Company (net profits divided by revenue x100) -- Acceptable Range is >0 (i.e. positive)

These ratios will be used to assess the tenderer's financial strength and security; and to determine whether a parent company guarantee or

another instrument may be required by the Authority.

This is a pass/fail question. Failure to provide this information will result in your bid being rejected. Failure to score above the acceptable

ranges will result in your bid being rejected.

Tenderers should be able to provide financial accounts when requested by NHS GG&C

With reference to SPD question 4B.5.1.a - tenderers must hold and evidence Professional Risk Indemnity Insurance: GBP 2,000,000 in

respect of each and every claim. If tenderers do not currently have this level of insurance, they must agree to put in place prior to contract

commencement

With reference to SPD questions 4B.5.1.b – tenderers must hold employers’ liability insurance: GBP 5,000,000 in respect of each and

every claim unless you are exempt from the Employers’ Liability (Compulsory Insurance) Act – and you must be able to provide evidence

of exemption. If tenderers are not exempt and do not currently have this level of insurance, they must agree to put in place prior to contract

commencement

With reference to SPD question 4B.5.2 - tenderers must hold and evidence Public Liability Insurance: GBP 10,000,000 in respect of each

and every claim. If tenderers do not currently have this level of insurance, they must agree to put in place prior to contract commencement

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

Minimum level(s) of standards required:

List and brief description of selection criteria:

Minimum level(s) of standards required:

Tenderers must demonstrate that they have a sufficient and appropriate general and relevant experience to perform the services and the

extent of experience necessary to deliver the range of the managed services all as described in this contract notice and associated Invitation

to Tender documents. In response to SPD, Part IV, Section C (Technical and Professional Ability) question 4C.1, tenderers must provide

three examples of works of similar scale and complexity to those described in the procurement documents, delivered within a similar live

environment.

With reference to SPD question 4D.1 – the tenderer must provide evidence of ISO9001 or other documented quality management system

endorsed by the bidder’s chief executive or equivalent.

With reference to SPD question 4D.2 - the tenderer must provide evidence of ISO14001 or other documented environmental management system endorsed by the bidder’s chief executive or equivalent


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: Yes

four.2) Administrative information

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

Date

15 December 2023

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

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

four.2.7) Conditions for opening of tenders

Date

15 December 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=750064.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:750064)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9TW

Telephone

+44 1414298888

Country

United Kingdom