Contract notice

Information

Published

Date of dispatch of this notice: 03/06/2016

Expire date: 04/07/2016

External Reference: 2016-367179

TED Reference: 2016/S 108-192358

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Bristol & Weston NHS Purchasing Consortium
RA7
Whitefriars Bristol
Bristol
BS1 2NT
UK
Contact person: Lucy Barker
Telephone: +44 1173420815
NUTS code:  UKK11 -  Bristol, City of
Internet address(es):
Main address: www.nbt.nhs.uk/bwpc

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=15270&B=NHSSW
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
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

Provision of an Electronic Track and Trace System for Sterile Services
Reference number:  BWPC RA7
II.1.2)

Main CPV code

33169500  -  Surgical tracking and tracing systems
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

University Hospitals Bristol NHS Foundation Trust are looking for a replacement system for their current Track and Trace provision. The system ideally needs to be internally hosted with simple and easy to use high-clarity graphics and our preferred option would have picture ability. The system must allow patient to patient traceability of every instrument or set, including quality control features with non-conformance management i.e. ability to record missing / damaged instruments & electronic functionality for reporting to quantify and demonstrate variances in quality.
Within the system, modules are to include at least (but not limited to): administration, reporting, costing, stock control, turn-around time, and instrumentation history. The system is also to have full management applications, including the following elements but not limited to; stock control, invoicing, tray list and label production, system reporting and analysis, data interrogation and item history audit.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48000000  -  Software package and information systems
48100000  -  Industry specific software package
48180000  -  Medical software package
II.2.3)

Place of performance

NUTS code:  UKK11 -  Bristol, City of
II.2.4)

Description of the procurement

University Hospitals Bristol NHS Foundation Trust (UH Bristol) are looking for a replacement system for their current Track and Trace provision. The system ideally needs to be internally hosted with simple and easy to use high-clarity graphics and our preferred option would have picture ability.
The system must allow patient to patient traceability of every instrument or set, including quality control features with non-conformance management i.e. ability to record missing / damaged instruments & electronic functionality for reporting to quantify and demonstrate variances in quality.
Within the system, modules are to include at least (but not limited to): administration, reporting, costing, stock control, turn-around time, and instrumentation history. The system is also to have full management applications, including the following elements but not limited to; stock control, invoicing, tray list and label production, system reporting and analysis, data interrogation and item history audit.
All reporting needs to be in accordance with ISO9001, along with a full & comprehensive audit trail of all items and transactions. The system needs to facilitate data interrogation by set criteria such as instrument set, staff member, time, volume, etc. Financial management tools are also required to enable costing activity.
Full tracking functionality required through to theatres & returns i.e. stores, theatre by name, as well as the following area’s as a minimum; wash area, IAP, Sterilising, Dispatch, Transfers, and Theatres. The system is required to identify items for fast tracking, such as priority tracking, single instrument tracking, along with management of both finite use & limited use items – i.e. loan kit.
Multi-site functionality is required i.e. through departments within a trust &/or multiple departments in multiple trusts.
The ability to integrate directly with decontamination equipment, washers (thermal & chemical), sterilisers and ultrasonics, scope drying cabinets i.e. Provides proof of a ‘sterile pass’ through an autoclave.
Intelligent wired &/or cordless scanners that provide maximum speed of input and mobility, along with the option to explore ‘touch screen’ technology. GS1 or existing user coding systems to be used – i.e. tray tag, etch, laser, RFID.
A modular design allows a stepped approach to be used as desired or required by budget constraints, combined with the ability to add new/extra modules as required for additional future services such as the scope to add attachments i.e. pictures, maintenance records, individual instrument & tray set pictures.
The ability to easily integrate with existing track and trace systems to enable smooth implementation, dual running, reduced timescales, ease of training etc. combined with the maintenance, updates, and helpdesk support once the system installed all being of low impact to the trust is of high importance.
Archive functionality to provide rapid access to records and data, including auto / daily backup to ensure the safety of data is required, as well as enabling the ease of exporting information for reporting or to transfer to a new provider when the time comes.
The system needs to ensure Information governance across trusts is met, and licencing models, ideally with each trust, needs to ensure concurrent users can utilise the system at the same time.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 108
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)

Information about the 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:  04/07/2016
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Bristol & Weston NHS Purchasing Consortium
Whitefriars
Bristol
BS1 2NT
UK

VI.5)

Date of dispatch of this notice

06/06/2016