Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Technology Enabled Care Services 2

  • First published: 15 April 2022
  • Last modified: 15 April 2022
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
NHS Shared Business Services
Authority ID:
AA78032
Publication date:
15 April 2022
Deadline date:
16 May 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Suppliers will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are also additional Selection Questionnaire (SQ) and Award Questionnaire (AQ) requirements applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 15 Bidders for Lot 1.

For all lots, the maximum number of Bidders may increase where 2 or more bidders have tied scores in last position for the Lot.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Shared Business Services

Three Cherry Trees Lane

Hemel Hempstead

HP2 7AH

UK

E-mail: nsbs.digital@nhs.net

NUTS: UK

Internet address(es)

Main address: https://www.sbs.nhs.uk/

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://secure.sourcedogg.com/profile/1410ba09-ae18-49c1-b969-a8d28650cf8c/requests/45891


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://secure.sourcedogg.com/requests#45535/summary


I.4) Type of the contracting authority

Other: NHS Shared Business Services Limited (NHS SBS) is a joint venture between the Department of Health and Social Care (DHSC) and Sopra Steria Limited

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Technology Enabled Care Services 2

Reference number: 10144

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Shared Business Services act in an Agency capacity for and on behalf of our customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework.

NHS Shared Business Services intends to put in place a Framework Agreement for the provision of Technology Enabled Care Services for Healthcare to be used by NHS SBS Approved Organisations.

The framework will be structured using the following Lots:

Lot 1 - Remote Clinical Monitoring

Lot 2 - Alarm Receiving Centre Platforms

Lot 3 - Digital Alarm Solutions and Peripherals

Lot 4 - Intelligent Activity Monitoring

Lot 5 - Patient Controlled Personalised Healthcare Records

Lot 6 - One Stop Shop / Combined Solution

II.1.5) Estimated total value

Value excluding VAT: 150 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Remote Clinical Monitoring

II.2.2) Additional CPV code(s)

33100000

51300000

85323000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Suppliers will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are also additional Selection Questionnaire (SQ) and Award Questionnaire (AQ) requirements applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 15 Bidders for Lot 1.

For all lots, the maximum number of Bidders may increase where 2 or more bidders have tied scores in last position for the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 75

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  15

II.2.6) Estimated value

Value excluding VAT: 36 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The contract may be extended up to a maximum total duration of 48 months

II.2.9) Information about the limits on the number of candidates to be invited

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

II.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues. Details will be made available after award.

Lot No: 2

II.2.1) Title

Alarm Receiving Centre Software Platforms

II.2.2) Additional CPV code(s)

48610000

48620000

48800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Suppliers will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are also additional Selection Questionnaire (SQ) and Award Questionnaire (AQ) requirements applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 6 Bidders for Lot 2.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in the last awardable position for the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 75

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  15

II.2.6) Estimated value

Value excluding VAT: 14 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The contract may be extended up to a maximum total duration of 48 months

II.2.9) Information about the limits on the number of candidates to be invited

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

II.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues. Details will be made available after award.

Lot No: 3

II.2.1) Title

Digital Alarm Solutions and Peripherals

II.2.2) Additional CPV code(s)

35121700

85323000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Suppliers will deliver all the mandatory requirements as detailed in the Specification section of the Framework Contract.

There are also additional Selection Questionnaire (SQ) and Award Questionnaire (AQ) requirements applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 15 Bidders for Lot 3.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in the last awardable position for the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 75

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  15

II.2.6) Estimated value

Value excluding VAT: 36 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The contract may be extended up to a maximum total duration of 48 months

II.2.9) Information about the limits on the number of candidates to be invited

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

II.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues. Details will be made available after award.

Lot No: 4

II.2.1) Title

Intelligent Activity Monitoring

II.2.2) Additional CPV code(s)

48510000

48810000

85300000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Suppliers will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are also additional Selection Questionnaire (SQ) and Award Questionnaire (AQ) requirements applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 10 Bidders for Lot 4.

For all Lots, the maximum number of Bidders may increase where 2 or more bidders have tied scores in the last awardable position for the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 75

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  15

II.2.6) Estimated value

Value excluding VAT: 24 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The contract may be extended up to a maximum total duration of 48 months

II.2.9) Information about the limits on the number of candidates to be invited

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

II.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues. Details will be made available after award.

Lot No: 5

II.2.1) Title

Patient Controlled Personalised Healthcare Records

II.2.2) Additional CPV code(s)

48180000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Suppliers will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are also additional Selection Questionnaire (SQ) and Award Questionnaire (AQ) requirements applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 6 Bidders for Lot 5.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in the last awardable position for the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 75

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  15

II.2.6) Estimated value

Value excluding VAT: 14 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract may be extended up to a total maximum duration of 48 months

II.2.9) Information about the limits on the number of candidates to be invited

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

II.2.14) Additional information

Successful suppliers may be requested after award to present their offer in the form of electronic catalogues. Details will be made available after award.

Lot No: 6

II.2.1) Title

Combined Solutions/One-Stop-Shop

II.2.2) Additional CPV code(s)

85100000

85300000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Suppliers will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are also additional Selection Questionnaire (SQ) and Award Questionnaire (AQ) requirements applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 10 Bidders for Lot 6.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in the last awardable position for the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 75

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  15

II.2.6) Estimated value

Value excluding VAT: 26 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract may be extended up to a total maximum duration of 48 months

II.2.9) Information about the limits on the number of candidates to be invited

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

II.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues. Details will be made available after award.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please refer to procurement documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 219-539034

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 16/05/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 16/05/2022

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The value provided in 2.6 is only an estimate. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement.

Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.

VI.4) Procedures for review

VI.4.1) Review body

NHS Shared Business Services

Three Cherry Trees Lane

Hemel Hempstead

HP2 7AH

UK

VI.5) Date of dispatch of this notice

14/04/2022

Coding

Commodity categories

ID Title Parent category
35121700 Alarm systems Security equipment
48510000 Communication software package Communication and multimedia software package
85323000 Community health services Social services
48610000 Database systems Database and operating software package
85000000 Health and social work services Other Services
85100000 Health services Health and social work services
48810000 Information systems Information systems and servers
48800000 Information systems and servers Software package and information systems
51300000 Installation services of communications equipment Installation services (except software)
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
48180000 Medical software package Industry specific software package
48620000 Operating systems Database and operating software package
85300000 Social work and related services Health and social work services

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.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
nsbs.digital@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.