Tender

Technology Enabled Care Services 2

  • NHS Shared Business Services

F02: Contract notice

Notice identifier: 2022/S 000-010080

Procurement identifier (OCID): ocds-h6vhtk-032dfc

Published 14 April 2022, 3:17pm



Section one: Contracting authority

one.1) Name and addresses

NHS Shared Business Services

Three Cherry Trees Lane

Hemel Hempstead

HP2 7AH

Email

nsbs.digital@nhs.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Other type

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

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Technology Enabled Care Services 2

Reference number

10144

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.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

two.1.5) Estimated total value

Value excluding VAT: £150,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Remote Clinical Monitoring

Lot No

1

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 51300000 - Installation services of communications equipment
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £36,000,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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.

two.2) Description

two.2.1) Title

Alarm Receiving Centre Software Platforms

Lot No

2

two.2.2) Additional CPV code(s)

  • 48610000 - Database systems
  • 48620000 - Operating systems
  • 48800000 - Information systems and servers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £14,000,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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.

two.2) Description

two.2.1) Title

Digital Alarm Solutions and Peripherals

Lot No

3

two.2.2) Additional CPV code(s)

  • 35121700 - Alarm systems
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £36,000,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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.

two.2) Description

two.2.1) Title

Intelligent Activity Monitoring

Lot No

4

two.2.2) Additional CPV code(s)

  • 48510000 - Communication software package
  • 48810000 - Information systems
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £24,000,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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.

two.2) Description

two.2.1) Title

Patient Controlled Personalised Healthcare Records

Lot No

5

two.2.2) Additional CPV code(s)

  • 48180000 - Medical software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £14,000,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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.

two.2) Description

two.2.1) Title

Combined Solutions/One-Stop-Shop

Lot No

6

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £26,000,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 219-539034

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

Date

16 May 2022

Local time

12:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

16 May 2022

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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.

six.4) Procedures for review

six.4.1) Review body

NHS Shared Business Services

Three Cherry Trees Lane

Hemel Hempstead

HP2 7AH

Country

United Kingdom