Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Великобритании (Англия, Шотландия, Уэльс)


Healthcare Output and Content Management System National Framework Agreement (Великобритания (Англия, Шотландия, Уэльс) - Тендер #52101367)


Поделиться

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:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
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.

Print or Save this Notice Download PDF Download HTML Download XML

Modification notice

Modification of a contract/concession during its term

Section I: Contracting entity

I.1) Name and addresses

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

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Healthcare Output and Content Management System National Framework Agreement

Reference number: F/029/HCMS/19/IB

II.1.2) Main CPV code

48814000

II.1.3) Type of contract

Supplies

II.2) Description

II.2.2) Additional CPV code(s)

30210000

44316400

48600000

48810000

79800000

79996100

79999100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) 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.

II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months: 48

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 IV: Procedure

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 240-589666

Section V: Award of contract/concession

Contract No: 1

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

02/12/2019

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor/concessionaire

Lexmark 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

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

UK

VI.5) Date of dispatch of this notice

06/03/2024

Section VII: Modifications to the contract/concession

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/concessionaire

Lexmark International Ltd

Maidenhead

UK

NUTS: UKJ1

The contractor/concessionaire is an SME: No

VII.2) Information about modifications

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

Commodity Categories

Commodity Categories
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

Delivery Locations

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.

Alert Region Restrictions
There are no alert restrictions for this notice.

Источник закупки

Перейти

Импорт - Экспорт по стране Великобритания (Англия, Шотландия, Уэльс)

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2025, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru