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

Bed Management System Medway FT.

  • First published: 28 October 2015
  • Last modified: 28 October 2015
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Medway NHS Foundation Trust
Authority ID:
AA29591
Publication date:
28 October 2015
Deadline date:
05 January 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Medway Maritime Foundation Trust has approximately 500 inpatient and day-case beds and 36 wards. In an average day the Trust treats 1 400 outpatients, 200 via the emergency department, and approximately 150 are admitted to the wards. The primary product is an electronic system that will be used as a strategic tool across the entire Trust to manage bed capacity and patient flow. The primary function of the solution will be to assist staff and patients operationally, although it will be expected to produce automated reporting for agreed mandatory requirements. Areas for implementation will be:

1. Bed Bureau;

2. All inpatient areas;

3. All wards;

4. All assessment areas;

5. All escalation areas;

6. All therapies;

7. Portering;

8. Housekeeping.

The solution will also be deployed in the emergency department's Critical Decision Unit, but not in the A&E attendance area.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Medway NHS Foundation Trust

Green Zone, Level 1, Medway Maritime Hospital, Windmill Road

Gillingham

ME7 5NY

UK

Mr Daniel Medley

+44 1634830000

daniel.medley@medway.nhs.uk


http://www.medway.nhs.uk



www.lppsourcing.org
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
NHS Foundation Trust
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

Bed Management System Medway FT.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

7

II.1.2)

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



UKJ4

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)

Medway Maritime Foundation Trust has approximately 500 inpatient and day-case beds and 36 wards. In an average day the Trust treats 1 400 outpatients, 200 via the emergency department, and approximately 150 are admitted to the wards. The primary product is an electronic system that will be used as a strategic tool across the entire Trust to manage bed capacity and patient flow. The primary function of the solution will be to assist staff and patients operationally, although it will be expected to produce automated reporting for agreed mandatory requirements. Areas for implementation will be:

1. Bed Bureau;

2. All inpatient areas;

3. All wards;

4. All assessment areas;

5. All escalation areas;

6. All therapies;

7. Portering;

8. Housekeeping.

The solution will also be deployed in the emergency department's Critical Decision Unit, but not in the A&E attendance area.

II.1.6)

Common Procurement Vocabulary (CPV)

48000000
72000000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Medway Maritime Foundation Trust has approximately 500 inpatient and day-case beds and 36 wards. In an average day the Trust treats 1 400 outpatients, 200 via the emergency department, and approximately 150 are admitted to the wards. The primary product is an electronic system that will be used as a strategic tool across the entire Trust to manage bed capacity and patient flow. The primary function of the solution will be to assist staff and patients operationally, although it will be expected to produce automated reporting for agreed mandatory requirements. Areas for implementation will be:

1. Bed Bureau;

2. All inpatient areas;

3. All wards;

4. All assessment areas;

5. All escalation areas;

6. All therapies;

7. Portering;

8. Housekeeping.

The solution will also be deployed in the emergency department's Critical Decision Unit, but not in the A&E attendance area.

II.2.2)

Options

Variation of user/ward licensing proposals accepted. Variation of hardware proposals accepted.

Provisional timetable for recourse to these options

0

Number of possible renewals

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

36

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

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

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

III.1.4)

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

As stated in the ITT and OBS.

III.2)

Conditions for Participation

III.2.1)

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


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

As stated in the ITT documentation.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.




III.2.3)

Technical capacity





III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked 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

56

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

0083

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



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 05-01-2016  12:00

IV.3.5)

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


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 

6 

IV.3.8)

Conditions for opening tenders



 14-12-2015  9:00

Section VI: Other Information

VI.1)

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


VI.2)

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

No



VI.3)

Additional Information

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Contact Medway FT Procurement department +44 1634833700.

VI.4.3)

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










VI.5)

Dispatch date of this Notice

 23-10-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Medway NHS Foundation Trust

Green Zone, Level 1, Medway Maritime Hospital, Windmill Road

Gillingham

ME7 5NY

UK

Mr Daniel Medley

+44 1634830000

daniel.medley@medway.nhs.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



Medway NHS Foundation Trust

Green Zone, Level 1, Medway Maritime Hospital, Windmill Road

Gillingham

ME7 5NY

UK

Mr Daniel Medley

+44 1634830000

daniel.medley@medway.nhs.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Medway NHS Foundation Trust

Green Zone, Level 1, Medway Maritime Hospital, Windmill Road

Gillingham

ME7 5NY

UK

Mr Daniel Medley

+44 1634830000

daniel.medley@medway.nhs.uk

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
daniel.medley@medway.nhs.uk
Admin contact:
daniel.medley@medway.nhs.uk
Technical contact:
N/a
Other contact:
daniel.medley@medway.nhs.uk

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.