Healthcare Output and Content Management System National Framework Agreement (Великобритания (Англия, Шотландия, Уэльс) - Тендер #52101367) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: Countess of Chester Hospital NHS Foundation Trust Номер конкурса: 52101367 Дата публикации: 07-03-2024 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
Title: | Healthcare Output and Content Management System National Framework Agreement |
OCID: | ocds-h6vhtk-04461c |
Published by: | Countess of Chester Hospital NHS Foundation Trust |
Authority ID: | AA20287 |
Publication Date: | 07/03/2024 |
Deadline Date: | |
Deadline Time: | |
Notice Type: | Modification |
Has Documents: | No |
Has SPD: | No |
Abstract: |
A healthcare output and content management system concerns the provision of hardware and softwaresolutions and services that enable an NHS organisation to manage its output and data silos typically presentwithin its best of breed clinical systems and other support systems. The system can be composed of severalmodular components which all work together to create a coherent platform for managing output and healthcarecontent to enrich hospitals’ existing investments in systems, such as, electronic patient record (EPR) systemsand Patient administration systems (PAS). At a high-level, the solution must provide: — user friendly, simple and clean single source access portal which presents data (stored and managedcontent) from all hospital clinical systems, —— ability to store electronically-generated healthcare content; —— ability to manage healthcare content throughout its lifecycle, providing auditable information andappropriate security; —— ability to capture and route new information from analogue and digital sources, including the provision of e-forms; —— enterprise based software licences to view, access, capture and route information; —— ability to integrate with scanning and archiving solutions; —— ability to integrate hardware (output device/MFD) with clinical systems; —— training and professional services for implementation and maintenance; —— software and hardware maintenance; —— appropriate hardware to facilitate transition to digital patient records and a digital enterprise. Total solution Bidders must offer a solution that encompasses all of the modular elements described in the ITT documents.These elements may be called-off and established individually to enable NHS organisations to adopt thistechnology with minimal impact to its patient services and available funding. Call-off contracts will include aroadmap of total or partial adoption. There is no obligation under this agreement for NHS organisations tocommit to purchase all available modules. However, for the avoidance of doubt, this framework cannot beutilised to award a managed print/hardware service with no intention to ever adopt other modules provisioned inthis framework. The purpose of this is to not distort the already well-established hardware market, which manyother framework agreements already service. This will be a framework agreement with no commitment or guaranteed level of business. |
Modification of a contract/concession during its term
Countess of Chester Hospital NHS Foundation Trust
Liverpool Road
Chester
UK
E-mail: marion.haddley@nhs.net
NUTS: UK
Internet address(es)
Main address: www.nhssourcing.co.uk
Healthcare Output and Content Management System National Framework Agreement
Reference number: F/029/HCMS/19/IB
II.1.2) Main CPV code48814000
II.1.3) Type of contractSupplies
30210000
44316400
48600000
48810000
79800000
79996100
79999100
II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementA healthcare output and content management system concerns the provision of hardware and softwaresolutions and services that enable an NHS organisation to manage its output and data silos typically presentwithin its best of breed clinical systems and other support systems. The system can be composed of severalmodular components which all work together to create a coherent platform for managing output and healthcarecontent to enrich hospitals’ existing investments in systems, such as, electronic patient record (EPR) systemsand Patient administration systems (PAS).
At a high-level, the solution must provide:
— user friendly, simple and clean single source access portal which presents data (stored and managedcontent) from all hospital clinical systems,
—— ability to store electronically-generated healthcare content;
—— ability to manage healthcare content throughout its lifecycle, providing auditable information andappropriate security;
—— ability to capture and route new information from analogue and digital sources, including the provision of e-forms;
—— enterprise based software licences to view, access, capture and route information;
—— ability to integrate with scanning and archiving solutions;
—— ability to integrate hardware (output device/MFD) with clinical systems;
—— training and professional services for implementation and maintenance;
—— software and hardware maintenance;
—— appropriate hardware to facilitate transition to digital patient records and a digital enterprise.
Total solution
Bidders must offer a solution that encompasses all of the modular elements described in the ITT documents.These elements may be called-off and established individually to enable NHS organisations to adopt thistechnology with minimal impact to its patient services and available funding. Call-off contracts will include aroadmap of total or partial adoption. There is no obligation under this agreement for NHS organisations tocommit to purchase all available modules. However, for the avoidance of doubt, this framework cannot beutilised to award a managed print/hardware service with no intention to ever adopt other modules provisioned inthis framework. The purpose of this is to not distort the already well-established hardware market, which manyother framework agreements already service.
This will be a framework agreement with no commitment or guaranteed level of business.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concessionDuration in months: 48
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Notice number in the OJ S:
2019/S 240-589666
Contract No: 1
02/12/2019
V.2.2) Information about tendersThe contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractor/concessionaireLexmark International Ltd
Maidenhead
UK
NUTS: UKJ1
The contractor/concessionaire is an SME: No
V.2.4) Information on value of the contract/lot/concession (excluding VAT)Total value of the contract/lot: /concession: 65 000 000.00 GBP
Royal Courts of Justice
London
UK
06/03/2024
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
48814000
VII.1.2) Additional CPV code(s)
30210000
44316400
48600000
48810000
79800000
79996100
79999100
VII.1.3) Place of performance
NUTS code:
UK
VII.1.4) Description of the procurement
A healthcare output and content management system concerns the provision of hardware and softwaresolutions and services that enable an NHS organisation to manage its output and data silos typically presentwithin its best of breed clinical systems and other support systems. The system can be composed of severalmodular components which all work together to create a coherent platform for managing output and healthcarecontent to enrich hospitals’ existing investments in systems, such as, electronic patient record (EPR) systemsand Patient administration systems (PAS).
At a high-level, the solution must provide:
— user friendly, simple and clean single source access portal which presents data (stored and managedcontent) from all hospital clinical systems,
—— ability to store electronically-generated healthcare content;
—— ability to manage healthcare content throughout its lifecycle, providing auditable information andappropriate security;
—— ability to capture and route new information from analogue and digital sources, including the provision of e-forms;
—— enterprise based software licences to view, access, capture and route information;
—— ability to integrate with scanning and archiving solutions;
—— ability to integrate hardware (output device/MFD) with clinical systems;
—— training and professional services for implementation and maintenance;
—— software and hardware maintenance;
—— appropriate hardware to facilitate transition to digital patient records and a digital enterprise.
Total solution
Bidders must offer a solution that encompasses all of the modular elements described in the ITT documents.These elements may be called-off and established individually to enable NHS organisations to adopt thistechnology with minimal impact to its patient services and available funding. Call-off contracts will include aroadmap of total or partial adoption. There is no obligation under this agreement for NHS organisations tocommit to purchase all available modules. However, for the avoidance of doubt, this framework cannot beutilised to award a managed print/hardware service with no intention to ever adopt other modules provisioned inthis framework. The purpose of this is to not distort the already well-established hardware market, which manyother framework agreements already service.
This will be a framework agreement with no commitment or guaranteed level of business.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 60
This extension in duration is required to allow a user of the framework to conclude a procurement as otherwise they would suffer significant inconvenience.
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 65 000 000.00 GBP
The contract/concession has been awarded to a group of economic operators: No
VII.1.7) Name and address of the contractor/concessionaireLexmark International Ltd
Maidenhead
UK
NUTS: UKJ1
The contractor/concessionaire is an SME: No
VII.2.1) Description of the modifications
This notice is being published to extend the duration of the framework agreement only. All other aspects of the Contract Award Notice (reference 2019/S 240-589666) published in December 2019 remain the same.
This framework agreement was originally extended for 6 months. This notice is to confirm the additional further 6 months extension has been taken, making a total extension of 12 months compared to the original notice.
VII.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
This extension in duration is required to allow a user of the framework to conclude a procurement as otherwise they would suffer significant inconvenience.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 65 000 000.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 65 000 000.00 Currency: GBP
Information added to the notice since publication.
Additional information added to the notice since it"s publication.No further information has been uploaded. |
Main Contact: | marion.haddley@nhs.net |
Admin Contact: | N/a |
Technical Contact: | N/a |
Other Contact: | N/a |
ID | Title | Parent Category |
---|---|---|
48600000 | Database and operating software package | Software package and information systems |
30210000 | Data-processing machines (hardware) | Computer equipment and supplies |
44316400 | Hardware | Ironmongery |
48810000 | Information systems | Information systems and servers |
48814000 | Medical information systems | Information systems |
79800000 | Printing and related services | Business services: law, marketing, consulting, recruitment, printing and security |
79996100 | Records management | Business organisation services |
79999100 | Scanning services | Scanning and invoicing services |
ID | Description |
---|---|
100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region RestrictionsThere are no alert restrictions for this notice. |