Section one: Contracting authority
one.1) Name and addresses
Surrey and Borders Partnership NHS Foundation Trust on behalf of NHS Commercial Solutions
THIRD FLOOR, LEATHERHEAD HOUSE, STATION ROAD
LEATHERHEAD
KT22 7FG
Contact
Monjur Elahi
Telephone
+44 1306646820
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.commercialsolutions-sec.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://commercialsolutions.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://commercialsolutions.bravosolution.co.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
Framework Agreement Digital Dictation, Speech/Voice Recognition, Outsourced Transcription and associated services
Reference number
5257-4667
two.1.2) Main CPV code
- 79500000 - Office-support services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Commercial Solutions on behalf of Surrey and Borders Partnership NHS Foundation Trust, invites potential Tenderers to submit bids for Digital Dictation, Speech/Voice Recognition, Outsourced Transcription and associated services. The Framework Agreement is going to be divided into the following Lots:
Lot 1: Products and/or Services Catalogue;
Lot 2: In-house and outsourced digital dictation service solution;
Lot 3: Outsourced transcription service solution; and.
Lot 4: Managed service solution.
Participating Organisations
The framework agreement will be accessible by all NHS and Public Sector organisations within the UK (each a "Contracting Authority").
4.2 The public sector bodies to whom the framework agreement will be open 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
two.1.5) Estimated total value
Value excluding VAT: £200,000,000
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
Lot 1: Products and/or Services Catalogue
Lot No
1
two.2.2) Additional CPV code(s)
- 32332100 - Dictating machines
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Offers a catalogue of Hardware, Software and Consultancy Services. Hardware will include but not be limited to Dictaphone, voice recording devices, docking, peripherals, accessories, IT equipment. Software will include but not be limited to licenses, software for Speech/Voice recognition, work-flow, support and maintenance. Services may include consultancy day/hourly rates for planning, implementation, developing interfacing, support, troubleshooting and maintenance. The Contracting Authorities are able to Direct Award a call-off contract following Public Contract Regulations 2015, subsequent Procurement Policy Notes and any other subsequent version of Public Contracts Regulation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2X12 months optional extension
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Optional extension for 2X12 upon expiry of the initial 2 years contract period
two.2) Description
two.2.1) Title
Lot 2: In-house and outsourced digital dictation service solution
Lot No
2
two.2.2) Additional CPV code(s)
- 48314000 - Voice recognition software package
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Offers a complete Digital Dictation Solution which may include but not be limited to supply of Hardware, Software and Licenses, Workflow, interfacing, speech recognition engine, internally or externally (cloud-based) Hosted solution, in-sourced HR and consultancy services. Call-off contracts can be awarded through a further competition exercise.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Optional 2X12 months extension upon expiry of the initial 2 years period
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Optional 2X12 months extension upon expiry of the initial 2 years period
two.2) Description
two.2.1) Title
Lot 3: Outsourced transcription service solution
Lot No
3
two.2.2) Additional CPV code(s)
- 72212512 - Interactive voice response software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Offers an outsourced transcription services which may have to integrate with the existing systems or work stand-alone/manually. The Contracting Authorities are able to run a mini-competition tender exercise or Direct Award a call-off contract following Public Contract Regulations 2015, subsequent Procurement Policy Notes and any other subsequent version of Public Contracts Regulation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Optional 2X12 months extension upon expiry of the initial 2 years contract period
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Optional 2X12 months extension upon expiry of the initial 2 years contract period
two.2) Description
two.2.1) Title
Lot 4: Managed service solution
Lot No
4
two.2.2) Additional CPV code(s)
- 32332100 - Dictating machines
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Offers a managed service solution covering both Lot 2 and Lot 3 and other innovations, e.g. outsourced mailing solution. Call-off contracts can be awarded through a further competition exercise.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Optional 2X12 months extension period upon expiry of the initial 2 years contract period
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Optional 2X12 months extension period upon expiry of the initial 2 years contract period
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
As defined in the tender documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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.2.2) Time limit for receipt of tenders or requests to participate
Date
22 August 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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
All tender documents are accessible on the following portal:
https://commercialsolutions.bravosolution.co.uk/
Please access PQQ_1127
six.4) Procedures for review
six.4.1) Review body
Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions
Leatherhead
Country
United Kingdom