Tender

WM5G Health Innovation Open Framework

  • WM5G LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-039444

Procurement identifier (OCID): ocds-h6vhtk-0511e5 (view related notices)

Published 12 July 2025, 12:05am



Scope

Reference

2025_HIF_001

Description

WM5G Health will launch a new Framework to accelerate the adoption of Virtual Care and Community Diagnostic services across health and care settings.

WM5G works with Local Authorities and ICBs and has delivered innovative programmes in areas of emerging technology.

The Open Framework will allow Suppliers to bid for specific lots covering technology solutions, clinical service delivery, and management support. Suppliers can align their offers to lots such as Virtual Care Technology, Clinical Services for Virtual Care, Diagnostic Technology Enablement, Community Diagnostic Clinical Services, and Service Management. This flexible, compliant framework will enable WM5G to quickly procure and deliver high-quality, innovative solutions, product and services that enhance patient access, care quality, and service resilience.

Commercial tool

Establishes an open framework

Total value (estimated)

  • £30,000,000 excluding VAT
  • £36,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 October 2025 to 30 September 2026
  • Possible extension to 30 September 2033
  • 8 years

Description of possible extension:

WM5G are procuring an open framework with a maximum 8 year term.

The framework is anticipated to be opened annually though WM5G reserves the right to open individual lots outside this schedule if at any time a lot has fewer than 3 active suppliers.

Options

The right to additional purchases while the contract is valid.

Call off orders will be made at the discretion of WM5G.

Main procurement category

Services

Contract locations

  • UK - United Kingdom

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Virtual/Tech Enabled Health & Care Technology Solutions

Description

 Virtual care technology solutions including platforms, remote monitoring tools, apps and technology enabled care solutions and products.

Lot value (estimated)

  • £3,750,000 excluding VAT
  • £4,500,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 48100000 - Industry specific software package
  • 85100000 - Health services

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 2. Clinical Services for Virtual/Tech Enabled Health & Care Delivery

Description

 Provision of staffing and clinical support for the delivery of virtual care including remote consultations, clinical triage and multi-disciplinary virtual ward staffing.

Lot value (estimated)

  • £3,750,000 excluding VAT
  • £4,500,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 85100000 - Health services

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 3. Service Management for Virtual/Tech Enabled Health & Care

Description

 Service management for virtual care including setup, integration, project management, operational management of virtual care services

Lot value (estimated)

  • £3,750,000 excluding VAT
  • £4,500,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 72221000 - Business analysis consultancy services
  • 72224000 - Project management consultancy services
  • 72227000 - Software integration consultancy services
  • 85100000 - Health services

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 4. Diagnostic Technology Supply and Enablement

Description

Diagnostic technology supply and enablement including portable imaging, remote testing/ point f care testing devices, digital patient information and associated apps.

Lot value (estimated)

  • £3,750,000 excluding VAT
  • £4,500,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 33100000 - Medical equipments

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 5. Clinical Services for Community Diagnostics

Description

Clinical services for community diagnostic including reading and reporting services, mobile diagnostics.

Lot value (estimated)

  • £3,750,000 excluding VAT
  • £4,500,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 33000000 - Medical equipments, pharmaceuticals and personal care products

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 6. Service Management for Community Diagnostic Centres

Description

Operational support, force planning and logistics for operation of community services.

Lot value (estimated)

  • £3,750,000 excluding VAT
  • £4,500,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 85100000 - Health services
  • 85321000 - Administrative social services

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 7. Data and Analytics Services

Description

Data analysis, data management, evaluation, reporting and generation of insights on healthcare activity.

Lot value (estimated)

  • £3,750,000 excluding VAT
  • £4,500,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 72220000 - Systems and technical consultancy services
  • 72240000 - Systems analysis and programming services
  • 72300000 - Data services

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 8. Lot 8 - Workforce Training and Enablement

Description

Provision of training for clinical and non-clinical staff across virtual and diagnostic services.

Lot value (estimated)

  • £3,750,000 excluding VAT
  • £4,500,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 80510000 - Specialist training services

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Framework

Open framework scheme end date (estimated)

30 September 2033

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

5 Award Procedures

5.1 Awards under the Framework Agreement

5.1.1 During the Framework Term, on identifying the need for Framework Services the Authority may:

(a) satisfy its requirements for the Framework Services by awarding a Call-Off Agreement in accordance with the terms laid down in this Framework Agreement without re-opening competition; and/or

(b) satisfy its requirements for Framework Services by awarding a Call-Off Agreement following a mini-competition conducted in accordance with the requirements of ‎5.3.

5.2 Awards without re-opening competition

5.2.1 The Authority may instruct the performance of the Framework Services by selecting a Framework Provider from the relevant Lot without re-opening competition in the following circumstances and based on the following objective mechanisms:

(a) where only one Framework Provider can deliver the Framework Services in the relevant Lot required by the Authority in the geographical location in which the Services are to be performed, to that Framework Provider; or

(b) where due to urgency brought about by unforeseeable events and for reasons not attributable to the Authority, the time limits for a competitive procedure in accordance with clause ‎5.3 cannot be complied with, to the Framework Provider with the highest overall ranking of Framework Providers; or

(c) in all circumstances, to one of the three highest ranking active Framework Providers (measured by way of their evaluated tender score in respect of the relevant Lot) a repeating "taxi-rank" basis commencing with the highest ranking Framework Provider.

5.2.2 As part of the procedure referred to in this clause ‎5.2 the Provider shall:

(a) confirm its prices in respect of the performance of the Framework Services; and

(b) enter into the Call-Off Agreement pursuant to clause ‎5.7.

5.3 Awards following mini competitions

5.3.1 The Authority ordering Framework Services by way of mini-competition under this Framework Agreement shall:

(a) identify the relevant Lot(s) that the required Framework Services fall into;

(b) identify the Framework Provider(s) in the relevant Lot capable of performing the required Framework Services (which may include a selection process that uses conditions of participation as described in section 46 PA23);

(c) invite tenders by conducting a mini-competition for its Framework Services requirements in accordance with the PA23 and Guidance and in particular:

i consult in writing the Framework Providers capable of performing the Call-Off Agreement for the Framework Services requirements and invite them, by way of a Call-Off Request within a specified time limit to submit a specific tender for those Framework Services requirements (a Supplemental Tender);

ii set a time limit for the receipt by it of the Supplemental Tenders which takes into account factors such as the complexity of the subject matter of the Call-Off Agreement and the time needed to submit tenders; and

iii keep each Supplemental Tender confidential until the expiry of the time limit for the receipt by it of the Supplemental Tenders;

(d) apply specified mini-competition award criteria to any compliant Supplemental Tenders submitted through the mini-competition; and

(e) subject to clause ‎5.3.3, conclude a Call-Off Agreement with the successful Framework Provider pursuant to clause ‎5.7.1.

5.3.2 The Provider agrees that all Supplemental Tenders submitted by the Provider in relation to a mini-competition held pursuant to this clause 5.3 shall remain open for acceptance for 90 days or such other period specified by the Authority when launching the mini-competition.

5.3.3 Notwithstanding the fact that the Authority has followed the procedure set out in clause ‎5.3.1 for running a mini-competition, the Authority may cancel, postpone, delay or end the procedure without placing awarding a Call-Off Agreement.

5.4 Form of Call-Off Request

Subject to clause ‎5.1 to clause ‎5.3, the Authority may issue a Call-Off Request with the Provider by serving an order in writing containing sufficient details as to describe it requirement for the Framework Services (or part thereof) including systems of ordering involving e-mail or other online solutions.

5.5 Accepting and declining Call-Off Requests

5.5.1 Following receipt of a Call-Off Request, the Provider shall promptly and in any event within the period determined by the Authority and notified to the Provider in writing at the same time as the publication of the Call-Off Request notify the Authority whether it is able to fulfil the Call-Off Request.

5.5.2 If the Provider:

(a) notifies the Authority that it is unable to fulfil a Call-Off Request; or

(b) the time limit referred to in clause ‎5.5.1 has expired,

then the Call-Off Request shall lapse and the Authority may then send that Call-Off Request to another Framework Provider in accordance with the procedure set out in clause ‎5.2 (with the Provider being excluded from consideration for that procedure in respect of such re-issued Call-Off Request).

5.6 The Parties acknowledge and agree that the issue of a Call-Off Request is an "invitation to treat" by the Authority. Orders placed for the performance of the Framework Services shall be made legally binding using the Call-Off Agreement which shall come into effect only when executed by the relevant Authority and the Provider.

5.7 Call-Off Agreement

5.7.1 Following an award under this Framework Agreement in accordance with clause ‎5 the Provider shall enter into a Call-Off Agreement

5.7.2 The Provider shall within five (5) Business Days of receipt of engrossments of the Call-Off Agreement from the Authority, execute the Call-Off Agreement and return the same to the Authority. Thereafter, the Authority will execute the Call-Off Agreement.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Lot 1. Virtual/Tech Enabled Health & Care Technology Solutions

Lot 2. Clinical Services for Virtual/Tech Enabled Health & Care Delivery

Lot 3. Service Management for Virtual/Tech Enabled Health & Care

Lot 4. Diagnostic Technology Supply and Enablement

Lot 5. Clinical Services for Community Diagnostics

Lot 6. Service Management for Community Diagnostic Centres

Lot 7. Data and Analytics Services

Lot 8. Lot 8 - Workforce Training and Enablement

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

22 July 2025, 11:00am

Tender submission deadline

14 August 2025, 11:00am

Submission address and any special instructions

https://wmca.bravosolution.co.uk/go/826845330197FB9BEC43

ITT_1743 2025_WM5G Health Innovation Framework

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

15 September 2025

Recurring procurement

Publication date of next tender notice (estimated): 12 July 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 70%
Price Price 30%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

WM5G LIMITED

  • Companies House: 11848619
  • Public Procurement Organisation Number: PDGP-7297-JQNW

16 Summer Lane

Birmingham

B19 3SD

United Kingdom

Region: UKG31 - Birmingham

Organisation type: Public undertaking (commercial organisation subject to public authority oversight)