Section one: Contracting authority
one.1) Name and addresses
NHS Shared Business Services Limited
Three Cherry Tree Lane
Hemel Hempstead, Hertfordshire
HP2 7AH
Contact
Kelly Bevington
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Companies House
05280446
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://discovery.ariba.com/rfx/17329649
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://discovery.ariba.com/rfx/17329649
one.4) Type of the contracting authority
Other type
Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
MEDICINE OPTIMISATION PRESCRIBING DECISION SUPPORT SYSTEMS 3 (SBS10252)
Reference number
SBS10252
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Shared Business Services act in an Agency capacity for and on behalf of its 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/Dynamic Purchasing System (DPS).
NHS SBS intends to put in place a Framework Agreement for the provision of Medicines Management Prescribing Decision Support Systems to be used by NHS SBS Approved Organisations.
Our Approved Organisation list can be found on:
https://sbs.nhs.uk/proc-framework-agreements-support
The Framework will be structured using the following Lots;
Lot 1 - Medicine Optimisation System
Lot 2 - Data Population Health Medicine Optimisation System
We are committed to working with suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements in the tender.
The new Framework is expected to go live prior to the expiry of the existing Framework Agreement SBS/19/AB/WAS/9389 on 31/03/2024.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
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
Medicine Optimisation System
Lot No
1
two.2.2) Additional CPV code(s)
- 48814000 - Medical information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various Approved Organisations as set out in the contract documents.
two.2.4) Description of the procurement
Lot 1 offers computerised support which enables prescribers to switch easily to the suggested medicine, at an appropriate dose and frequency if the switch suggested by the solution is accepted by the prescriber (typically a GP or a nurse with a prescribing role). This increases the effectiveness, safety and cost effectiveness of prescribing in general practices.
Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement
There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders must respond to these also.
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
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Framework will be set to an initial two years with the option to extend for up to an additional two years
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
Data Population Health Medicine Optimisation System
Lot No
2
two.2.2) Additional CPV code(s)
- 48612000 - Database-management system
- 48814000 - Medical information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various Approved Organisations as set out in the contract documents.
two.2.4) Description of the procurement
Lot 2 will enable Approved Organisations to access healthcare decision intelligence tools to make more informed, evidence-based decisions when prescribing medicines by providing them with insights and recommendations based on data and analytics for general practices, hospitals, and community care.
Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement
There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders must respond to these also.
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
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Framework will be set to an initial two years with the option to extend for up to an additional two years
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.1.2) 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: 2023/S 000-000694
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 October 2023
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
13 October 2023
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 Limited
Three Cherry Tree Lane
Hemel Hempstead
HP2 7AH
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom