Section one: Contracting authority
one.1) Name and addresses
Sussex Community NHS Foundation Trust
Brighton General Hospital ,1st Floor, Arundel Building
Brighton , Elm Grove
BN2 3EW
Contact
Dagmar Hagen-Machell
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.sussexcommunity.nhs.uk/
Buyer's address
https://www.sussexcommunity.nhs.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Remote Monitoring Solutions
Reference number
C323172
two.1.2) Main CPV code
- 33195000 - Patient-monitoring system
two.1.3) Type of contract
Supplies
two.1.4) Short description
Sussex Community NHS Foundation Trust (“SCFT”) and East Sussex Healthcare NHS Trusts (“ESHT”) (the “Authority”) issued an Invitation to Tender ("ITT") to procure a new remote monitoring solution (RMS) to support their virtual health programme.
The procurement was a further competition under the Shared Business Services Technology Enabled Care Services 2 (SBS10144) Framework, Lot 1 Remote Clinical Monitoring.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £129,729.80 / Highest offer: £199,127.47 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 33195000 - Patient-monitoring system
two.2.3) Place of performance
NUTS codes
- UKJ21 - Brighton and Hove
two.2.4) Description of the procurement
Sussex Community NHS Foundation Trust (“SCFT”) and East Sussex Healthcare NHS Trusts (“ESHT”) (the “Authority”) issued an Invitation to Tender ("ITT") to procure a new remote monitoring solution (RMS) to support their virtual health programme.
The procurement was a further competition under the Shared Business Services Technology Enabled Care Services 2 (SBS10144) Framework, Lot 1 Remote Clinical Monitoring.
The programme is seeking to build on the existing remote monitoring capacity to support an increased number of patients at multiple levels of acuity and therefore a flexible contractual model that allows ramping up and down of concurrent bed capacity is preferred. Some key additional detail about the Sussex model is provided below:
• Pathways: the current solution covers Respiratory, Frailty and Heart Failure pathways. Over the course of the contract with the incoming supplier, the intention is to extend this solution also to support patients on Maternity, Palliative and End of Life Care (likely Oncology virtual ward), Children and Young People and general ward pathways.
• Scales of acuity: The current solution supports patients on Level 4 (Virtual Ward) but the Trusts are seeking to expand the support to patients at Level 2 (Self-monitoring of low acuity conditions) and Level 3 (Remote monitoring of complex, palliative or high-risk patients).
• Concurrent bed capacity: Initial capacity of 100 beds with a target to scale up to 239 in 24/25.
• Length of stay: Official virtual ward pathway is 14 day stay however, Outpatient Parenteral Antimicrobial Therapy (OPAT) patients are supported with a length of stay up to 32 days.
• Intermittent & Continuous monitoring requirements: 90% intermittent monitoring, 10% continuous monitoring.
• Approach to contract: 2-year contract with option to extend for a further 2 x 12-month periods.
• Service requirements: Minimum of software, devices and logistics. Costings to be provided for additional levels of service such as onboarding/compliance monitoring and clinical services to support decision-making.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60.00%
Quality criterion - Name: Social Value / Weighting: 10.00%
Cost criterion - Name: Pricing / Weighting: 30.00%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
The procurement is a further competition under the Shared Business Services Technology Enabled Care Services 2 (SBS10144) Framework, Lot 1 Remote Clinical Monitoring.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 March 2025
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Doccla UK Limited
184 Shepherds Bush Rd, Hammersmith, London, England
Hammersmith
W6 7NL
Telephone
+44 7769676855
Country
United Kingdom
NUTS code
- UKI - London
National registration number
12206481
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £129,729.80
Total value of the contract/lot: £129,729.80
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.2) Body responsible for mediation procedures
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom