Section one: Contracting authority
one.1) Name and addresses
NHS Shared Business Services
Three Cherry Trees Lane
Hemel Hempstead
HP2 7AH
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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