- Scope of the procurement
- Lot 1. Environmental Controls
- Lot 2. Augmentative and Alternative Communication (AAC)
- Lot 3. Access Devices
- Lot 4. Mounts
- Lot 5. Telehealth
- Lot 6. Medicines Management
- Lot 7. Telehealth Service, Maintenance and Support
- Lot 8. Electronic Assistive Technology, Maintenance and Support
- Lot 9. Lone Worker Devices
Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Skipton House, 80 London Road
London
SE1 6LH
Clare.Roberts@supplychain.nhs.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.supplychain.nhs.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhssupplychain.app.jaggaer.com/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhssupplychain.app.jaggaer.com/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Technology Enabled Care, Electronic Assistive Technology and Lone Worker Devices
Reference number
T5R14
two.1.2) Main CPV code
- 33196000 - Medical aids
two.1.3) Type of contract
Supplies
two.1.4) Short description
On behalf of SCCL, CPP is seeking to establish a multi-supplier framework for the supply of
Technology Enabled Care, Electronic assistive Technology and Lone Worker Devices.
The framework will offer a comprehensive and wide range of suppliers, different products and services
providing participating authorities and service users with flexibility and choice in meeting specific needs and requirements. Participating authorities will have the option to procure products on an ad hoc basis or through more regular and structured bulk purchase arrangements.
Lot 1 Environmental Controls
Lot 2 Augmentative and Alternative Communication
Lot 3 Access Devices
Lot 4 Mounts
Lot 5 Telehealth
Lot 6 Medicines Management
Lot 7 Telehealth Service, Maintenance and Support
Lot 8 Electronic Assistive Technology, Maintenance and Support
Lot 9 lone Worker Devices
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
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
Environmental Controls
Lot No
1
two.2.2) Additional CPV code(s)
- 33196000 - Medical aids
- 33196200 - Devices for the disabled
- 33197000 - Medical computer equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various Locations in the UK
two.2.4) Description of the procurement
Products designed to provide control of electronic appliances and other equipment within and individuals’ home for those whose disability would otherwise make control of this equipment challenging or impossible
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
48
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
This Framework Agreement will have the option to extend incrementally for up to a total period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Augmentative and Alternative Communication (AAC)
Lot No
2
two.2.2) Additional CPV code(s)
- 33196000 - Medical aids
- 33196100 - Devices for the elderly
- 33196200 - Devices for the disabled
- 33197000 - Medical computer equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Products designed to provide forms of communication to those whose disability either fully or partially prevents verbal communication.
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
48
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
This Framework Agreement will have the option to extend incrementally for up to a total period of 48 month.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Access Devices
Lot No
3
two.2.2) Additional CPV code(s)
- 33196000 - Medical aids
- 33196200 - Devices for the disabled
- 33197000 - Medical computer equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Products designed to provide an alternative to a standard mouse or keyboard and including specialist interfaces to communication aids or environmental controls, equipment such as eye-gaze technology and switches.
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
48
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
This Framework Agreement will have the option to extend incrementally for up to a total
period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Mounts
Lot No
4
two.2.2) Additional CPV code(s)
- 33196000 - Medical aids
- 33196100 - Devices for the elderly
- 33196200 - Devices for the disabled
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Products which enable communication aids, environmental control systems and computer access devices to be mounted, for example to wheelchairs.
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
48
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
This Framework Agreement will have the option to extend incrementally for up to a total
period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Telehealth
Lot No
5
two.2.2) Additional CPV code(s)
- 32571000 - Communications infrastructure
- 33196000 - Medical aids
- 33196100 - Devices for the elderly
- 33196200 - Devices for the disabled
- 35121700 - Alarm systems
- 79711000 - Alarm-monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The use of technologies such as remote monitoring and emergency alarms to enable individuals to receive care at home so that they can live independently
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
48
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
This Framework Agreement will have the option to extend incrementally for up to a total
period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Medicines Management
Lot No
6
two.2.2) Additional CPV code(s)
- 33196000 - Medical aids
- 33196100 - Devices for the elderly
- 33196200 - Devices for the disabled
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Technology enabled smart medication management system which prompts the user when medications are due. Support provided via nominated contacts through an app on their smart phone allowing them to prompt the user
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
48
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
This Framework Agreement will have the option to extend incrementally for up to a total
period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Telehealth Service, Maintenance and Support
Lot No
7
two.2.2) Additional CPV code(s)
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 51100000 - Installation services of electrical and mechanical equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of service, maintenance and support contracts for products in Lot 5 and 6
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
48
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
This Framework Agreement will have the option to extend incrementally for up to a total
period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Electronic Assistive Technology, Maintenance and Support
Lot No
8
two.2.2) Additional CPV code(s)
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 51100000 - Installation services of electrical and mechanical equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of service, maintenance and support contracts for products in Lots 1, 2 3 and 4.
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
48
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
This Framework Agreement will have the option to extend incrementally for up to a total
period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lone Worker Devices
Lot No
9
two.2.2) Additional CPV code(s)
- 32500000 - Telecommunications equipment and supplies
- 32571000 - Communications infrastructure
- 35120000 - Surveillance and security systems and devices
- 35121000 - Security equipment
- 35121700 - Alarm systems
- 79711000 - Alarm-monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Devices that enable lone workers to trigger an emergency alert or have one triggered automatically if they are unable to do so.
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
48
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
This Framework Agreement will have the option to extend incrementally for up to a total
period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
Bidders should refer to II.2 of this Contract Notice for further details in respect of
appointment to the individual Lots across the framework agreement.
Bidders may bid for one, more than one or all the Lots and Bidders should refer to the
Invitation to Tender for more information in respect of this.
The term of contracts formed under the framework agreement may continue beyond the end
of the term of the framework agreement itself.
NHS Supply Chain expects to provide successful Bidders with the opportunity to offer
additional savings to customers through the provision of discounted pricing, value-added
offerings and commitment initiatives.
NHS Supply Chain will share savings information to assist its customers with making
informed procurement decisions. NHS Supply Chain intends to enter arrangements under
which it will be entitled to purchase supplies and/or services which it will make available for
purchase by:
1) Any NHS Trust.
2) Any other NHS entity.
3) Any government department, agency, or other statutory body (for the avoidance of doubt
including local authorities) and/or 4) Any private sector entity active in the UK healthcare
sector. Only NHS Supply Chain can order from the framework agreement and enter
contracts under it.
Electronic ordering will be used, and electronic invoicing will be accepted, and electronic
payment will be used. For the avoidance of doubt, and notwithstanding the estimate
indicated at II.2.1, NHS Supply Chain does not guarantee any level of purchase through the
framework and advises Bidders that the framework shall be established on a non-exclusive
basis.
Tenders and all supporting documentation for the contract must be priced in sterling and
written in English. Any agreement entered will be considered a contract made in England
according to English law and will be subject to the exclusive jurisdiction of the English
Courts. NHS Supply Chain is not liable for any costs (including any third-party costs fees or
expenses incurred by those expressing an interest, participating, or tendering for this
contract opportunity. NHS Supply Chain reserves the right to terminate the procurement
process (or part of it), to change the basis of and the procedures for the procurement
process at any time, or to procure the subject matter of the contract by alternative means if
it appears that it can be more advantageously procured by alternative means. The most
economically advantageous or any tender will not automatically be accepted. All
communications must be made through NHS Supply Chain's eTendering portal at:
https://nhssupplychain.app.jaggaer.com/web/login.html using the Message Centre facility
linked to this particular contract notice.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
4 February 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
4 February 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Collaborative Procurement Partnership LLP
Don Valley House, Saville Street
Sheffield
S4 7UQ
Country
United Kingdom