Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Tender for the Provision of an Electronic Endoscopy Management Reporting System

  • First published: 27 January 2015
  • Last modified: 27 January 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-021804
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
27 January 2015
Deadline date:
06 March 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

ABMU Health Board is seeking expressions of interest to tender for the provision of an Endoscopy management /reporting and scheduling system to support the service across the main hospital sites. The system will be used to manage the entire journey of an endoscopy patient’s pathway from referral to follow up capturing the whole endoscopy episode. The system will have the ability to support clinical audit by easy access to comprehensive information, and will ensure compliance with JAG accreditation requirements /capture of information for the Global Rating Scale (GRS) and will support the delivery of an efficient , effective and safe endoscopy service . The Contract will operate for a primary term of 3 years with an option to extend for 2 further periods of 12 months at the Health Board’s discretion. There will be a phased implementation period across sites with payment on completion of each site. A detailed training plan will be required. There must be flexibility to service changes during the implementation phase. CPV: 48781000, 48814200.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NHS Wales Procurement Services - Abertawe Bro Morgannwg University Health Board

Neath Port Talbot Hospital, Baglan Way

Port Talbot

SA12 7BX

UK

Front Line Procurement

Richard Clayfield

+44 1639684431

richard.clayfield@wales.nhs.uk

+44 1639684442

http://www.procurement.wales.nhs.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221

www.etenderwales.bravosolution.co.uk

www.etenderwales.bravosolution.co.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Tender for the Provision of an Electronic Endoscopy Management Reporting System

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

Abertawe Bro Morgannwg University Health Board



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

ABMU Health Board is seeking expressions of interest to tender for the provision of an Endoscopy management /reporting and scheduling system to support the service across the main hospital sites. The system will be used to manage the entire journey of an endoscopy patient’s pathway from referral to follow up capturing the whole endoscopy episode. The system will have the ability to support clinical audit by easy access to comprehensive information, and will ensure compliance with JAG accreditation requirements /capture of information for the Global Rating Scale (GRS) and will support the delivery of an efficient , effective and safe endoscopy service .

The Contract will operate for a primary term of 3 years with an option to extend for 2 further periods of 12 months at the Health Board’s discretion.

There will be a phased implementation period across sites with payment on completion of each site. A detailed training plan will be required. There must be flexibility to service changes during the implementation phase.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=21804

II.1.6)

Common Procurement Vocabulary (CPV)

48781000
48814200

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

100000
GBP

II.2.2)

Options

The Contract will operate for a primary term of 3 years with an option to extend for 2 further periods of 12 months at the Health Board’s discretion.

Provisional timetable for recourse to these options

Number of possible renewals

24

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

36

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

As set out in the invitation to tender (ITT) documents. The Contracting Authority reserves the right to request a parent company and/or other guarantees of financial liability

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As set out in the invitation to tender(ITT) documents.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

None specified, save that in the case of a partnership or consortia or other groups of more than one legal entity, liability shall be joint or several. In the case of consortia, one party must act as 'prime contractor'.

III.1.4)

Other particular conditions to which the performance of the contract is subject

As set out in the contract documents.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Information and formalities necessary for evaluating if requirements are met:

Any economic operator may be excluded from participation in a contract if it:

The pre qualification questionnaire (PQQ), which is available on request, will provide details.

Any economic operator may be excluded from participation if it fulfils any of the criteria listed in Regulation 23 of the Public Contracts Regulations 2006/Article 45 EU Directive 2004/18/EC.

III.2.2)

Economic and financial capacity


Information and formalities necessary for evaluating if requirements are met:

As set out in the PQQ.




III.2.3)

Technical capacity


Information and formalities necessary for evaluating if requirements are met:

As set out in the PQQ.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

58

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

T/ABM/015/14/RC

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 06-03-2015

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 06-03-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 09-03-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


2020

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

To express an interest in this Procurement you will need to complete the PQQ, this is available online at www.etenderwales.bravosolution.co.uk

Please note the deadline date for completion is the 6th March 2015.

(WA Ref:21804)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Precise information on deadline(s) for lodging appeals: The Authority will allow a minimum of 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful tenderers are entitled to receive reasons for the decision, including characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Should additional information be required ii should be requested of the addressee in seciton I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits and must be brought promptly in accordance with the Public Contracts (Amendments) Regulations 2009.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 27-01-2015

Coding

Commodity categories

ID Title Parent category
48814200 Patient-administration system Medical information systems
48781000 System management software package System, storage and content management software package

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1018 Swansea

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
27 January 2015
Deadline date:
06 March 2015 00:00
Notice type:
Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
10 February 2016
Notice type:
Contract Award Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
richard.clayfield@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.