Notice Information
Notice Title
Healthcare Output and Content Management System National Framework Agreement
Notice Description
Lot Information
Lot 1
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-041143
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/032440-2023
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
48 - Software package and information systems
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
30210000 - Data-processing machines (hardware)
44316400 - Hardware
48600000 - Database and operating software package
48810000 - Information systems
48814000 - Medical information systems
79800000 - Printing and related services
79996100 - Records management
79999100 - Scanning services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £65,000,000 £10M-£100M
Notice Dates
- Publication Date
- 2 Nov 20232 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 2 Dec 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST
- Contact Name
- Not specified
- Contact Email
- info@coch-cps.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- CHESTER
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-041143-2023-11-02T13:55:20Z",
"date": "2023-11-02T13:55:20Z",
"ocid": "ocds-h6vhtk-041143",
"initiationType": "tender",
"tender": {
"id": "F/029/HCMS/19/IB",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Healthcare Output and Content Management System National Framework Agreement",
"classification": {
"scheme": "CPV",
"id": "48814000",
"description": "Medical information systems"
},
"mainProcurementCategory": "goods",
"lots": [
{
"id": "1",
"description": "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.",
"contractPeriod": {
"durationInDays": 1440
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30210000",
"description": "Data-processing machines (hardware)"
},
{
"scheme": "CPV",
"id": "44316400",
"description": "Hardware"
},
{
"scheme": "CPV",
"id": "48600000",
"description": "Database and operating software package"
},
{
"scheme": "CPV",
"id": "48810000",
"description": "Information systems"
},
{
"scheme": "CPV",
"id": "79800000",
"description": "Printing and related services"
},
{
"scheme": "CPV",
"id": "79996100",
"description": "Records management"
},
{
"scheme": "CPV",
"id": "79999100",
"description": "Scanning services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "032440-2023-1-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-97066",
"name": "Lexmark International Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-97065",
"name": "Countess of Chester Hospital NHS Foundation Trust",
"identifier": {
"legalName": "Countess of Chester Hospital NHS Foundation Trust"
},
"address": {
"streetAddress": "Liverpool Road",
"locality": "Chester",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "info@coch-cps.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.nhssourcing.co.uk"
}
},
{
"id": "GB-FTS-97066",
"name": "Lexmark International Ltd",
"identifier": {
"legalName": "Lexmark International Ltd"
},
"address": {
"locality": "Maidenhead",
"region": "UKJ1",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-92",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-97065",
"name": "Countess of Chester Hospital NHS Foundation Trust"
},
"contracts": [
{
"id": "032440-2023-1-1",
"awardID": "032440-2023-1-1",
"status": "active",
"value": {
"amount": 65000000,
"currency": "GBP"
},
"dateSigned": "2019-12-02T00:00:00Z",
"period": {
"durationInDays": 1620
},
"periodRationale": "This extension in duration is required to allow a user of the framework to conclude a procurement as otherwise they would suffer significant inconvenience.",
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "48814000",
"description": "Medical information systems"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30210000",
"description": "Data-processing machines (hardware)"
},
{
"scheme": "CPV",
"id": "44316400",
"description": "Hardware"
},
{
"scheme": "CPV",
"id": "48600000",
"description": "Database and operating software package"
},
{
"scheme": "CPV",
"id": "48810000",
"description": "Information systems"
},
{
"scheme": "CPV",
"id": "79800000",
"description": "Printing and related services"
},
{
"scheme": "CPV",
"id": "79996100",
"description": "Records management"
},
{
"scheme": "CPV",
"id": "79999100",
"description": "Scanning services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "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 will be extended for an initial period of 6 months, with the option to extend for a further 6 months. This will give a total possible extension of 12 months. A further notice will be published if the optional further 6 month extension is taken.",
"rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: This extension in duration is required to allow a user of the framework to conclude a procurement as otherwise they would suffer significant inconvenience."
}
]
}
],
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:589666-2019:TEXT:EN:HTML"
}
],
"language": "en"
}