Section one: Contracting authority
one.1) Name and addresses
NHS Shared Business Services Limited
Three Cherry Tree Lane, Hemel Hempstead
Hertfordshire
HP2 7AH
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
05280446
Internet address(es)
Main address
Buyer's address
https://www.sbs.nhs.uk/proc-digital-it-frameworks
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://discovery.ariba.com/rfx/20806092
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/20806092
Tenders or requests to participate must be submitted to the above-mentioned address
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
Digital Dictation, Speech Recognition & Outsourced Transcription Services 2
Reference number
SBS10505
two.1.2) Main CPV code
- 72212314 - Voice recognition software development 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 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 Shared Business Services Limited (NHS SBS) intends to put in place a Framework Agreement for the provision of Digital Dictation, Speech Recognition & Outsourced Transcription and related Goods and Services for Healthcare 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/DPS will be structured using the following Lots/Categories;
Lot/Category 1 - Lot 1a - Digital Dictation (Fixed)
Lot/Category 1 - Lot 1b - Digital Dictation (SaaS)
Lot/Category 2 - Lot 2a - Speech Recognition (Fixed)
Lot/Category 2 - Lot 2b - Speech Recognition (SaaS)
Lot/Category 3 - Lot 3 - Outsourced Transcription
Lot/Category 4 - Lot 4 - Combined Solutions
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.
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
Digital Dictation (Fixed)
Lot No
1a
two.2.2) Additional CPV code(s)
- 32332100 - Dictating machines
- 32342450 - Voice recorders
- 32344110 - Voice-logging system
- 48311000 - Document management software package
- 48314000 - Voice recognition software package
- 48317000 - Word-processing software package
- 48517000 - IT software package
- 48900000 - Miscellaneous software package and computer systems
- 72212314 - Voice recognition software development services
- 72261000 - Software support services
- 72500000 - Computer-related services
- 79550000 - Typing, word-processing and desktop publishing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK: United Kingdom
two.2.4) Description of the procurement
Lot 1a
Capital purchase of hardware/software goods and services for Digital Dictation. The new framework is to replace the existing framework (SBS/20/SM/WCC/9423) expires June 15th 2025
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 are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 8 bidders for Lot 1a.
Where the Bidder does not score a minimum of 50% out of an available 70% for quality in the AQ and subsequently does not score a minimum of 65% in total (AQ quality, Social Value and Price combined) the Authority shall exclude the submission from being appointed to the framework.
For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot
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
The Authority will have the option to extend for a further 2 x 12 month periods on completion of the initial 24 month period, giving a total maximum duration of 48 months
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.14) Additional information
Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.
two.2) Description
two.2.1) Title
Digital Dictation (SaaS)
Lot No
1b
two.2.2) Additional CPV code(s)
- 32332100 - Dictating machines
- 32342450 - Voice recorders
- 32344110 - Voice-logging system
- 48311000 - Document management software package
- 48314000 - Voice recognition software package
- 48317000 - Word-processing software package
- 48517000 - IT software package
- 48900000 - Miscellaneous software package and computer systems
- 72212314 - Voice recognition software development services
- 72261000 - Software support services
- 72500000 - Computer-related services
- 79550000 - Typing, word-processing and desktop publishing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK: United Kingdom
two.2.4) Description of the procurement
Lot 1b
Pay-as-you-go/price per line cost or software subscription cost for Digital Dictation Services. The new framework is to replace the existing framework (SBS/20/SM/WCC/9423) expires June 15th 2025
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 are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 8 bidders for Lot 1b.
Where the Bidder does not score a minimum of 50% out of an available 70% for quality in the AQ and subsequently does not score a minimum of 65% in total (AQ quality, Social Value and Price combined) the Authority shall exclude the submission from being appointed to the framework.
For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot
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
The Authority will have the option to extend for a further 2 x 12 month periods on completion of the initial 24 month period, giving a total maximum duration of 48 months
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.14) Additional information
Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.
two.2) Description
two.2.1) Title
Speech Recognition (Fixed)
Lot No
2a
two.2.2) Additional CPV code(s)
- 32332100 - Dictating machines
- 32342450 - Voice recorders
- 32344110 - Voice-logging system
- 48311000 - Document management software package
- 48314000 - Voice recognition software package
- 48317000 - Word-processing software package
- 48517000 - IT software package
- 48900000 - Miscellaneous software package and computer systems
- 72212314 - Voice recognition software development services
- 72261000 - Software support services
- 72500000 - Computer-related services
- 79550000 - Typing, word-processing and desktop publishing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK: United Kingdom
two.2.4) Description of the procurement
Lot 2a
Capital purchase of hardware/software for additional or stand alone Speech and Voice recognition Services, including ambient and natural language processing technologies. The new framework is to replace the existing framework (SBS/20/SM/WCC/9423) expires June 15th 2025
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 are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 8 bidders for Lot 2a.
Where the Bidder does not score a minimum of 50% out of an available 70% for quality in the AQ and subsequently does not score a minimum of 65% in total (AQ quality, Social Value and Price combined) the Authority shall exclude the submission from being appointed to the framework.
For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot
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
The Authority will have the option to extend for a further 2 x 12 month periods on completion of the initial 24 month period, giving a total maximum duration of 48 months
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.14) Additional information
Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.
two.2) Description
two.2.1) Title
Speech Recognition (SaaS)
Lot No
2b
two.2.2) Additional CPV code(s)
- 32332100 - Dictating machines
- 32342450 - Voice recorders
- 32344110 - Voice-logging system
- 48311000 - Document management software package
- 48314000 - Voice recognition software package
- 48317000 - Word-processing software package
- 48517000 - IT software package
- 48900000 - Miscellaneous software package and computer systems
- 72212314 - Voice recognition software development services
- 72261000 - Software support services
- 72500000 - Computer-related services
- 79550000 - Typing, word-processing and desktop publishing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK: United Kingdom
two.2.4) Description of the procurement
Lot 2b
Pay-as-you-go/price per line cost or software subscription for additional or stand alone Speech and Voice recognition services including ambient and natural language processing technologies. The new framework is to replace the existing framework (SBS/20/SM/WCC/9423) expires June 15th 2025
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 are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 8 bidders for Lot 2b.
Where the Bidder does not score a minimum of 50% out of an available 70% for quality in the AQ and subsequently does not score a minimum of 65% in total (AQ quality, Social Value and Price combined) the Authority shall exclude the submission from being appointed to the framework.
For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot
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 days
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
The Authority will have the option to extend for a further 2 x 12 month periods on completion of the initial 24 month period, giving a total maximum duration of 48 months
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.14) Additional information
Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.
two.2) Description
two.2.1) Title
Outsourced Transcription
Lot No
3
two.2.2) Additional CPV code(s)
- 32332100 - Dictating machines
- 32342450 - Voice recorders
- 32344110 - Voice-logging system
- 48311000 - Document management software package
- 48314000 - Voice recognition software package
- 48317000 - Word-processing software package
- 48517000 - IT software package
- 48900000 - Miscellaneous software package and computer systems
- 72212314 - Voice recognition software development services
- 72261000 - Software support services
- 72500000 - Computer-related services
- 79550000 - Typing, word-processing and desktop publishing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK: United Kingdom
two.2.4) Description of the procurement
Lot 3
Services to provide transcription from digital data files to written copy (hard or soft) of the data. The new framework is to replace the existing framework (SBS/20/SM/WCC/9423) expires June 15th 2025
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 are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 8 bidders for Lot 3.
Where the Bidder does not score a minimum of 50% out of an available 70% for quality in the AQ and subsequently does not score a minimum of 65% in total (AQ quality, Social Value and Price combined) the Authority shall exclude the submission from being appointed to the framework.
For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot
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
The Authority will have the option to extend for a further 2 x 12 month periods on completion of the initial 24 month period, giving a total maximum duration of 48 months
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.14) Additional information
Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.
two.2) Description
two.2.1) Title
Combined Solutions
Lot No
4
two.2.2) Additional CPV code(s)
- 32332100 - Dictating machines
- 32342450 - Voice recorders
- 48311000 - Document management software package
- 48314000 - Voice recognition software package
- 48317000 - Word-processing software package
- 48517000 - IT software package
- 48900000 - Miscellaneous software package and computer systems
- 72212314 - Voice recognition software development services
- 72261000 - Software support services
- 72500000 - Computer-related services
- 79550000 - Typing, word-processing and desktop publishing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK: United Kingdom
two.2.4) Description of the procurement
Lot 4
A combination of the services in all of lots 1a, 1b, 2a, 2b and 3. The new framework is to replace the existing framework (SBS/20/SM/WCC/9423) expires June 15th 2025. To be awarded to this lot, Bidders must be successful in being awarded to a minimum of two Lots from Lots 1-3, as per the ITT Documentation.
Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement
There are additional Selection Qualification (SQ), and Bidder Declarations applicable, and bidders are asked to respond to these also. There will be no evaluation of quality, social value or price for Lot 4.
A Framework Agreement will be automatically awarded to Lot 4 to bidders who are successfully awarded to any combination of 2 Lots from Lots 1-3 to supply solutions spanning multiple lots under a single Call-Off.
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
The Authority will have the option to extend for a further 2 x 12 month periods on completion of the initial 24 month period, giving a total maximum duration of 48 months
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.14) Additional information
Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.
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
Conditions to participate are as listed in the ITT documentation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
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 000-019069
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 October 2024
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
11 October 2024
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 Based on existing market data and spend on current framework. 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
Hertfordshire
HP2 7AH
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom