Opportunity

Technology Enabled Care, Electronic Assistive Technology and Lone Worker Devices

  • NHS Supply Chain

F02: Contract notice

Notice reference: 2021/S 000-031857

Published 20 December 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Skipton House, 80 London Road

London

SE1 6LH

Email

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