By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Tender for the Provision of an Electronic Endoscopy Management Reporting System.

Contract award notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

NHS Wales Procurement Services - Abertawe Bro Morgannwg University Health Board
Neath Port Talbot Hospital, Baglan Way
Contact point(s): Front Line Procurement
For the attention of: Richard Clayfield
SA12 7BX Port Talbot
UNITED KINGDOM
Telephone: +44 1639684431
E-mail:
Fax: +44 1639684442

Internet address(es):

General address of the contracting authority: http://www.procurement.wales.nhs.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Tender for the Provision of an Electronic Endoscopy Management Reporting System.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Abertawe Bro Morgannwg University Health Board.

NUTS code UK

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
ABMU Health Board is seeking expressions of interest to tender for the provision of an Endoscopy management /reporting and scheduling system to support the service across the main hospital sites. The system will be used to manage the entire journey of an endoscopy patient's pathway from referral to follow up capturing the whole endoscopy episode. The system will have the ability to support clinical audit by easy access to comprehensive information, and will ensure compliance with JAG accreditation requirements /capture of information for the Global Rating Scale (GRS) and will support the delivery of an efficient, effective and safe endoscopy service.
The Contract will operate for a primary term of 3 years with an option to extend for 2 further periods of 12 months at the Health Board's discretion.
There will be a phased implementation period across sites with payment on completion of each site. A detailed training plan will be required. There must be flexibility to service changes during the implementation phase.
II.1.5)Common procurement vocabulary (CPV)

48781000, 48814200

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 181 275 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Mandatory requirements. Weighting 0
2. Functionality. Weighting 70
3. Financial. Weighting 30
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
T/ABM/015/14/RC
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2015/S 022-035364 of 31.1.2015

Section V: Award of contract

Lot title: Provision of Endoscopy Management System
V.1)Date of contract award decision:
2.2.2016
V.2)Information about offers
Number of offers received: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Medilogik Limited
1 Bath Street
IP2 8SD Ipswich
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting

Section VI: Complementary information

VI.1)Information about European Union funds
VI.2)Additional information:
N/A
(WA Ref: 40695).
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will allow a minimum of 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful tenderers are entitled to receive reasons for the decision, including characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Should additional information be required, it should be requested of the addressee in section I.1). Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits and must be brought promptly in accordance with the Public Contracts (Amendments) Regulations 2009.
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
8.2.2016