Prior information notice
This notice is a call for competition
Section I: Contracting
authority
I.1) Name and addresses
North East London NHS Foundation Trust
CEME Centre - West Wing, Marsh Way
Essex
RM13 8GQ
UK
Contact person: Owais Aslam Parvaiz
E-mail: procurement@nelft.nhs.uk
NUTS: UKI52
Internet address(es)
Main address: https://www.nelft.nhs.uk
Address of the buyer profile: https://www.nelft.nhs.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://health-family.force.com/s/Welcome
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
Local Risk Management and Incident Reporting System
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
North London Mental Health Partnership (NLMHP) is publishing a PIN which serves as a call for competition for Risk Management and Incident Reporting System or software solutions.<br/><br/>Barnet Enfield and Haringey Mental Health NHS Trust (BEH) and Camden & Islington (C&I) NHS Foundation Trust are currently working in a partnership model as the North London Mental Health Partnership (NLMHP) with approximately 9,000 employees. The NLMHP is looking to be a single, new organisation, subject to National approval, expected to take place on 1st November 2024. Potential suppliers will be informed of any changes throughout the procurement process.<br/><br/>Suppliers must submit responses via the Atamis portal. Late submissions will not be accepted. <br/><br/>Suppliers are required to view the ITT Stage 1 SQ Documents on 06/09/2024 by registering on Atamis, if not already, by using the link: https://health-family.force.com/s/Welcome<br/><br/>Please contact atamis support at support-health@atamis.co.uk if you have any issues registering. Once register, please search for the atamis reference "C289924" to access the opportunity and self invite to review the ITT Stage 1 Documents to submit your responses.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48180000
II.2.3) Place of performance
NUTS code:
UKI52
II.2.4) Description of the procurement
This procurement is being conducted using a two-stage restricted procedure in accordance with the Public Contracts Regulations 2015 (PCR 2015).<br/>Stage 1 (Current Stage): This is the selection stage where we assess the capability, capacity, and experience of potential suppliers. Suppliers are required to complete this Selection Questionnaire, which will be evaluated on a pass/fail basis against the criteria set out in this document.<br/><br/>Stage 2 (Invitation to Tender): Suppliers who successfully pass Stage 1 will be invited to participate in Stage 2. In this stage, qualified suppliers will receive detailed specifications and will be asked to submit full tenders. These tenders will be evaluated based on a combination of quality and price factors, which will be fully explained in the Stage 2 documentation.<br/><br/>This FTS Restricted Stage 1 document provides a detailed statement of the context, scope and objectives for the procurement of A Digital Local Risk Management and Incident Reporting System that will meet the Trust’s business requirements and aligns itself to the Partnership Strategy. <br/><br/>The document outlines Local Risk Management and Incident Reporting System specifications with functionality requirements Excel sheet in Appendix A Functionality Requirements Sheet PIN, followed by supplier overview, Timetable and next steps.<br/><br/>Timelines:<br/>06/09/2024 - Publication of the PIN Issuing Stage 1 ITT SQ Document<br/>18/09/2024 - Deadline for Submission of FTS Restricted Stage 1 response<br/>23/09/2024 - Stage 2 ITT Publish<br/>31/10/2024 - Stage 2 ITT Response Deadline<br/>31/08/2025 - Target Go Live Date<br/><br/>The Stage 2 timelines are tentative and might change.
II.2.5) Award criteria
Criteria below:
Price
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
31/08/2030
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
As specified in the procurement documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As specified in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As specified in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of expressions of interest
Date:
18/09/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.5) Scheduled date for start of award procedures
23/09/2024
Section VI: Complementary information
VI.3) Additional information
Suppliers must submit responses via the Atamis portal. Late submissions will not be accepted.
VI.4) Procedures for review
VI.4.1) Review body
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
UK
E-mail: internationalrelationsrudicialoffice@judiciary.uk
Internet address(es)
URL: https://www.judiciary.uk/
VI.5) Date of dispatch of this notice
06/09/2024