Contract

Provision of Remote Monitoring Solutions

  • Sussex Community NHS Foundation Trust

F03: Contract award notice

Notice identifier: 2025/S 000-008364

Procurement identifier (OCID): ocds-h6vhtk-04ea8f

Published 7 March 2025, 2:04pm



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

Email

dagmar.hagen@nhs.net

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

www.doccla.com

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

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/