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
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
NHS Foundation Trust |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityBed 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 contract7 |
II.1.2)
|
Main site or location of works, place of delivery or performance
UKJ4 |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
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 scopeMedway 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)
|
OptionsVariation of user/ward licensing proposals accepted. Variation of hardware proposals accepted. |
|
Provisional timetable for recourse to these options0 |
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts36 |
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
|
 |
|
 |
|
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
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
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 participate56 |
|
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
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
|
 |
|
 |
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
|
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 |
|
|
|