Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North Bristol NHS Trust
RVJ
Southmead Hospital
Bristol
BS1 2NT
UK
Contact person: Lucy Barker
Telephone: +44 1173420815
E-mail: lucy.barker@uhbristol.nhs.uk
Fax: +44 1173420815
NUTS: UKK11
Internet address(es)
Main address: http://www.nbt.nhs.uk/bwpc
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45644
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=17504&B=NHSSW
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=17504&B=NHSSW
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Medical eRostering System.
Reference number: BWPC RVJ
II.1.2) Main CPV code
48450000
II.1.3) Type of contract
Services
II.1.4) Short description
There is a business and clinical need to implement an electronic rostering system for Medical Staff at North Bristol NHS Trust. Electronic rostering is the most efficient method of planning and tracking staffing against service requirements and has steadily increased its importance as a core system within the Trust. The new system will provide a robust user dashboard to support operational management, with visible medical staffing information at location, specialty, directorate and Trust level. This will provide key assurance on safe and effective use of medical time across the trust on a daily basis.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48000000
48100000
48180000
II.2.3) Place of performance
NUTS code:
UKK11
Main site or place of performance:
Bristol.
II.2.4) Description of the procurement
Electronic Rostering management system — overview of requirements:-
The system must have the following features and meet the full detailed specification where applicable:
— Includes an automated reporting suite that covers statutory and ad hoc reporting requirements on both substantive and temporary staffing.
— Specialty and location level reports easily available from the roster for administrators, managers and clinical leads.
— Reporting tools include the ability to monitor rostering compliance, key performance indicators and staff utilisation. These are currently resource intensive if produced manually.
— Trust wide view of staffing in real-time providing assurance that staffing is accurately assessed, providing an informed system to control agency and bank costs.
— Supports multi-location based rostering (e.g. theatres and outpatient clinics) and provides the ability to roster a variable skill mix.
— Full interface with a third party temporary staffing department if required.
— Supports improved sickness and annual leaving reporting capability into ESR (or being developed).
— Accepts outbound information on assignments from ESR (or being developed).
— Demonstrable use in a Healthcare setting including both financial and quality benefits achieved.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 50
This contract is subject to renewal: Yes
Description of renewals:
Once contract has been completed if fully extended 2021 and contract term expired the contract maybe replaced dependent upon requirements.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Contract term January 2017 until March 2020 with the option to extend for a further year.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please see tender documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/10/2016
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/01/2017
IV.2.7) Conditions for opening of tenders
Date:
18/10/2016
Local time: 15:00
Place:
All documents opened in electronic format via our e-procurement system CTM.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Bidders are to use the reference RFT 25289 — BWPC RVJ — Medical eRostering System — in all correspondence
Please note:- The Bristol & Weston NHS Purchasing Consortium reserve the right for organisations to utilise this contract if required during the Contract Term. Organisations within currently within the remit of the Consortium — North Bristol NHS Trust, University Hospitals Bristol NHS Foundation Trust, Weston Area Health NHS Trust, Bristol Community Health CIC, North Somerset Community Partnership CIC.
VI.4) Procedures for review
VI.4.1) Review body
Bristol & Weston NHS Purchasing Consortium
Level 3 Lewins Mead
Bristol
BS1 2NT
UK
Telephone: +44 1173420815
E-mail: lucy.barker@uhbristol.nhs.uk
VI.5) Date of dispatch of this notice
13/09/2016