Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Commercial Solutions
The Atrium. Curtis Road
Dorking
RH4 1XA
UK
Telephone: +44 1306646816
E-mail: tara.mcnamara@nhs.net
NUTS: UK
Internet address(es)
Main address: www.commercialsolutions-sec.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://commercialsolutions.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://commercialsolutions.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Procurement of a Framework Agreement for Patient and Healthcare Communications and Related IT Services
Reference number: 4909-3327
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
The aim of this procurement is to appoint a number of suppliers who specialise in patient and healthcare communications and related IT services to a framework agreement for the NHS and, potentially, other public sector organisations. The authority recognises that the expertise required will exist both nationally and at a local level and aims to be as inclusive as is practicable in order that the awarding authority has the most appropriate resource available.
II.1.5) Estimated total value
Value excluding VAT:
94 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 10
II.2) Description
Lot No: Lot 1
II.2.1) Title
Patient Messaging Service
II.2.2) Additional CPV code(s)
48512000
48515000
64200000
64210000
64216120
79512000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1: Patient messaging services will be a service to provide contracting authorities with a means of sending two-way messages for appointment reminders and medical test results. The service will include but not be limited to: voice calls; mobile data connectivity; mobile email; mobile data applications; mobile device management; video services including the administration of mobile devices, such as smartphones, tablets and laptops when linked to the corporate network.
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: 48
This contract is subject to renewal: No
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:
Yes
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
Lot No: Lot 2
II.2.1) Title
Medical Messaging Application (Pager Replacement)
II.2.2) Additional CPV code(s)
32000000
32320000
32510000
48000000
64210000
64216100
72000000
72230000
72400000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2: Medical messaging application (Pager Replacement) will be a service that replaces existing NHS pagers and replace them with a secure platform that will allow healthcare professionals to communicate with each other via mobile devices or via a desktop-based application. The service will include but not be limited to: voice calls; SMS; voicemail services; mobile data connectivity; mobile email services; mobile data applications; mobile devices management; including the administration of mobile devices; such as smartphones, tablets and laptops when linked to a corporate network.
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: 48
This contract is subject to renewal: No
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:
Yes
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
Lot No: Lot 3
II.2.1) Title
Kiosk Display (Digital Signage)
II.2.2) Additional CPV code(s)
30200000
30231300
31682230
39133000
48000000
72000000
72230000
72300000
72400000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 3: Kiosk display (Digital Signage) will provide a secured on-site platform to display or projection relevant and approved information from the Trusts/Hospitals for the use of all users including patients, staff and visitors.
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: 48
This contract is subject to renewal: No
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:
Yes
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
Lot No: Lot 4
II.2.1) Title
Patient Messaging Services
II.2.2) Additional CPV code(s)
48512000
48515000
64200000
64210000
64216120
79512000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The service must ensure a smooth and seamless flow of communication between Trusts/Hospitals (Authorised Personnel) and Out-Patients.
The service must use a secured platform to communicate between Trusts/Hospitals and Out-Patients regarding their medical related issues including:
— appointment booking,
— appointment reminder,
— sending of results from medical tests, examination and operation,
— automated calls,
— medical sampling and questionnaire (related to the patient medical experience and or proposed new services),
— general feedback.
The service must possess the ability to:
— make and receive telephone calls,
— send and receive data from a compatible hand-held mobile device outside of a building,
— send and receive text messages from a compatible mobile device,
— send video messages.
The services must include (but not limited to) voice calls; mobile data connectivity; mobile email; mobile data applications; mobile device management; video services including the administration of mobile devices, such as smartphones, tablets and laptops when linked to the corporate network.
Voicemail services
The service must have the capability to clearly distinguish between genuine messages and ‘spam’; ‘phishing’ or similar messages. Messages must be sorted and deliver as required.
The service should have the capability to deliver a detailed usage report (weekly/monthly/quarterly/annually) for monitoring, evaluation and audit compliance purposes.
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: 48
This contract is subject to renewal: No
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:
Yes
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
Lot No: Lot 5
II.2.1) Title
Patient-friendly App Development
II.2.2) Additional CPV code(s)
48000000
48983000
72000000
72260000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 5: Patient-friendly app development will be innovative, effective and designed to create value-added benefits to the patient medical experience. The service will allow the contracting authority to develop patient-friendly mobile applications that will be compatible with multi-platforms such as Windows, iOS, Android and Kindle.
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: 48
This contract is subject to renewal: No
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:
Yes
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
Lot No: Lot 6
II.2.1) Title
Patient Check-in System
II.2.2) Additional CPV code(s)
30200000
48000000
72261000
72262000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The service must have a secured platform for all patients to confirm their check-in for all pre-booked appointments engagements.
The service must communicate securely with other software used within our Trusts/Hospitals such as Microsoft 365, System One, etc.
The service should use a system that is easy to understand, navigate and used by patients irrespective of age, gender and disability for:
— registering and updating of patients details,
— booking and confirmation of appointments.
The required service should have the ability to deliver a detailed usage report (weekly/monthly/quarterly/annually) for monitoring, evaluation and audit compliance purposes.
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: 48
This contract is subject to renewal: No
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:
Yes
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
Lot No: Lot 7
II.2.1) Title
Video Conferencing System
II.2.2) Additional CPV code(s)
32232000
48000000
48515000
64216100
72212515
72300000
72400000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The need for a state-of the art video conferencing system for in-patients use cannot be over-emphasised given the experience from Covid-19. Currently in-patients are not allowed to receive visitors once they are admitted and sadly many people have died without seeing or saying goodbye to their relatives.
The service must have a secured platform for all patients to communicate with staff and their relatives whilst on admission as in-patients at Trusts/Hospitals medical institutions.
The service must be provided via a platform that is easily accessible and available apps between users including staff, patients and visitors.
The service must have the ability for:
— voice calls,
— video calls,
— text messaging,
— livestreaming (should the need arise).
The system used for the service should be easy to understand, navigate and used by patients irrespective of age, gender and ability/disability.
The service system should have a platform for the recording and sending of transcripts in-line with national and international regulations
The system used for the service should be compatible (and have easy interface) with those used within the NHS such as Microsoft Teams, Cisco WebEx, Google Meet and Zoom.
The required service should have the ability to deliver a detailed usage report (weekly/monthly/quarterly/annually) for monitoring, evaluation and audit compliance purposes.
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: 48
This contract is subject to renewal: No
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:
Yes
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
Lot No: Lot 8
II.2.1) Title
In-patient Infotainment Management System
II.2.2) Additional CPV code(s)
48000000
48481000
48983000
64216100
64216120
72000000
72230000
72300000
72400000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 8: In-patient infotainment management system will provide infotainment services to users during their stay as in-patients while undergoing treatment for medical related reasons such as illness, operation and recuperation. The service will include but not be limited to — the provision of in-patient access to informative, educative and entertaining channels beyond those readily available on the traditional Freeview and Freesat services.
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: 48
This contract is subject to renewal: No
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:
Yes
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
Lot No: Lot 9
II.2.1) Title
Medical Representative Check-in Software System
II.2.2) Additional CPV code(s)
48481000
64216100
64216120
72000000
72230000
72300000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Medical representative check-in software system will provide a secured platform for communication between authorised personnel within the Trusts/Hospitals and medical representative from their approved suppliers.
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: 48
This contract is subject to renewal: No
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:
Yes
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
Lot No: Lot 10
II.2.1) Title
Bespoke
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 10: Bespoke services could be a multi-functional lot that may comprise any of the services in lots 1 to 9 or as may be specified by a client (i.e. a customer organisation which may be an NHS Trust, individual clinic, GP surgery or any other user of the framework agreement).
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: 48
This contract is subject to renewal: No
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:
Yes
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.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
Restricted 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.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/08/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
19/10/2020
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: 4 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The purpose of this procurement is to facilitate, through a framework agreement, the provision of patient and healthcare communications and related IT services.
The estimated total value of contracts awarded under the framework agreement is estimated to be GBP 94 million. However, interested parties should note that the framework agreement is not a guarantee of work and the contracting authority makes no commitment by any party to the use of the agreement nor the estimated value.
Subject to approval from the contracting authority, the public sector bodies eligible to use the framework agreement include, in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes and any private sector entities having similar procurement needs:
The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
Area teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx
Special health authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
NHS improvement: https://improvement.nhs.uk/
Department of health: https://www.gov.uk/government/organisations/department-of-health
Arm’s length bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations
Sustainability and transformation partnerships (STPs) and their individual constituent organisations:
https://www.england.nhs.uk/stps/view-stps/
NHS England: https://www.england.nhs.uk/
Other organisations involved in commissioning and/or overseeing general practitioner services, GP consortia, GP practices and any other provider of primary medical services:
(a) who are a party to any of the following contracts:
— general medical services (GMS),
— personal medical services (PMS),
— alternative provider medical services (APMS), and/or
(b) commissioned by NHS England or other organisations involved in commissioning or overseeing general practitioner services, as described above.
The NHS in Wales, Scotland and Northern Ireland including but not limited to primary care services — GPs, pharmacies, dentists and optometrists, Hospital services and community services, including those provided through community health centres and mental health services at:
NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure
NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/
Health and social care services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/
Social Enterprise UK: https://www.socialenterprise.org.uk
VI.4) Procedures for review
VI.4.1) Review body
Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions
18 Mole Business Park
Leatherhead
KT22 7AD
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The authority will incorporate a standstill period at the point of information on the award of the framework agreement is communicated to tenderers. That notification will provide a full information on the award decision.
The standstill period which shall be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the framework agreement is concluded. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5) Date of dispatch of this notice
14/07/2020