Section one: Contracting authority
one.1) Name and addresses
NHS Frimley Integrated Care Board
King Edward VII Hospital St Leonards Road
Windsor
SL4 3DP
Contact
Kerry Sennett
Country
United Kingdom
Region code
UKJ - South East (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
All Age Continuing Care (AACC) Digital End-To-End Patient Management System to NHS Frimley Integrated Care board
Reference number
C318762 / WA17018
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Frimley Integrated Care board has awarded a contract to Care Banking Ltd under the Public Contract Regulations 2015 for a digitalised end-to-end digital system, where information is required to seamlessly flow through the referral, CHC assessment undertaken by the Nurses Assessor to determine eligibility, review and case management processes, including financial aspect of cases, by connecting the entire lifecycle into one platform. This allows patient flow to be managed more efficiently.
One of the key requirements for a new system will be the need for it to be sufficiently flexible to support a wide range of services outside the traditional CHC / Funded Nursing Care (FNC) / Fast Track (FT) / Continuing Care (CC) agenda. Service wide transformation will be implemented across all areas including clinical, business, performance, finance and contracting and commissioning. This will also include other Health funding services, such as Mental Health S117, Complex Care and IRAP (CYP NHS/LA Shared Care Funding).
Enabling better integration between systems across Health and Social Care is also critical. CHC/S117/Complex Care are unique services and links many elements of the health and social care system together, with some of these services overlapping with each other e.g. a patient can have health funding from S117 and CHC. Therefore, interoperability is of paramount importance, allowing for the CHC service and wider Health and Social Care teams to share and view records. This will support improved accessibility and visibility of data which in turn will enable more efficient and streamlined workflows for all teams and a better person experience.
The benefits of introducing a digital case management system will be streamlining processes, generating data-driven insights, empowering patients and carers, strengthening controls and future-proofing services.
The contract notice previously published on FTS is: 2024/S 000-038276
The contract term will be for 3 years with an optional extension of any period up to 2 years.
The contract value is £174,000 per annum, with a total contract lifecycle value of £522,000 (inclusive of VAT) over 3 years, and a possible extension of any period up to a further 2 years giving a total value of £870,000 (inclusive of VAT) if the full extension period is enacted.
This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £870,000
two.2) Description
two.2.2) Additional CPV code(s)
- 72300000 - Data services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
NHS Frimley Integrated Care board has awarded a contract to Care Banking Ltd under the Public Contract Regulations 2015 for a digitalised end-to-end digital system, where information is required to seamlessly flow through the referral, CHC assessment undertaken by the Nurses Assessor to determine eligibility, review and case management processes, including financial aspect of cases, by connecting the entire lifecycle into one platform. This allows patient flow to be managed more efficiently.
One of the key requirements for a new system will be the need for it to be sufficiently flexible to support a wide range of services outside the traditional CHC / Funded Nursing Care (FNC) / Fast Track (FT) / Continuing Care (CC) agenda. Service wide transformation will be implemented across all areas including clinical, business, performance, finance and contracting and commissioning. This will also include other Health funding services, such as Mental Health S117, Complex Care and IRAP (CYP Shared NHS/LA Funding).
Enabling better integration between systems across Health and Social Care is also critical. CHC/S117/Complex Care are unique services and links many elements of the health and social care system together, with some of these services overlapping with each other e.g. a patient can have health funding from S117 and CHC. Therefore, interoperability is of paramount importance, allowing for the CHC service and wider Health and Social Care teams to share and view records. This will support improved accessibility and visibility of data which in turn will enable more efficient and streamlined workflows for all teams and a better person experience.
The benefits of introducing a digital case management system will be streamlining processes, generating data-driven insights, empowering patients and carers, strengthening controls and future-proofing services.
The contract notice previously published on FTS is: 2024/S 000-038276
The contract term will be for 3 years with an optional extension of any period up to 2 years.
The contract value is £174,000 per annum, with a total contract lifecycle value of £522,000 (inclusive of VAT) over 3 years, and a possible extension of any period up to a further 2 years giving a total value of £870,000 (inclusive of VAT) if the full extension period is enacted.
NHS Frimley Integrated Care Board (ICB) and Buckinghamshire, Oxfordshire & Berkshire West (BOB) ICB are currently working together in a formal "clustering" arrangement to prepare for their merger into a single, new organisation, the "NHS Thames Valley ICB", effective from 1st April 2026.
This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.2.5) Award criteria
Cost criterion - Name: Value / Weighting: 15%
two.2.11) Information about options
Options: No
two.2.14) Additional information
The services are subject to the full regime of current procurement legislation and as such this tender was conducted in accordance with, and governed by, the Public Contracts Regulations 2015.
This contract was therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
The contract notice previously published on FTS is: 2024/S 000-038276
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 October 2025
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Care Banking Ltd
Cambridge
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
08059831
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £870,000
Section six. Complementary information
six.3) Additional information
The services are subject to the full regime of current procurement legislation and as such this tender was conducted in accordance with, and governed by, the Public Contracts Regulations 2015.
This contract was therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
Bidders were notified of a contract award decision and the Contracting Authority observed the award decision notices provisions and held a 10-day standstill period in accordance with the Public Contracts Regulations 2015 ('Regulations'). At the start of the standstill period, a Contract award notification letter was sent to each Bidder in accordance with Regulation 86 of the Regulations.
The Regulations provide that aggrieved parties are to take action in the High Court (England and Wales).
six.4) Procedures for review
six.4.1) Review body
High Court London
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As described in VI.3 above.