Technology Enabled Care Services 2 (SBS 10144)

A Contract Award Notice
by NHS SHARED BUSINESS SERVICES LIMITED

Source
Find a Tender
Type
Framework (Services)
Duration
not specified
Value
£14M-£36M
Sector
TECHNOLOGY
Published
17 Mar 2023
Delivery
not specified
Deadline
n/a

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 35 suppliers

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. NHS Shared Business Services Limited (NHS SBS) has put in place a Framework Agreement for the provision of Technology Enabled Care Services 2 and related Goods and Services for Healthcare to be used by NHS SBS Approved Organisations. The framework includes Remote Clinical Monitoring, Alarm Receiving Centre Platforms, Digital Alarm Solutions and Peripherals, Intelligent Activity Monitoring, Patient Controlled Personalised Healthcare Records, One Stop Shop / Combined Solution. Lot 1 - Remote Clinical Monitoring Lot 2 - Alarm Receiving Centre Platforms Lot 3 - Digital Alarm Solutions and Peripherals Lot 4 - Intelligent Activity Monitoring Lot 5 - Patient Controlled Personalised Healthcare Records Lot 6 - One Stop Shop / Combined Solution

Lot Division

1 Remote Clinical Monitoring

Lot 1 is for the provision of Remote Clinical Monitoring and the awarded suppliers have been required to demonstrate that they can facilitate the provision of remote clinical monitoring platforms, services and connected vital sign devices for the purpose of Remote Clinical Monitoring. The purpose being to help people manage their acute conditions in a community or medical environment, e.g. those being monitored in a virtual ward (Covid-19 related or otherwise), those with long-term conditions such as diabetes, stroke and heart failure, or short-term surveillance as part of post-operative care in a supported early discharge service in connection with the Procurement

Award Criteria
Quality 75%
Social Value 10%
price 15%
2 Alarm Receiving Centre Platforms

Lot 2 is for the provision of Alarm Receiving Centre Platforms and the awarded Suppliers have been required to demonstrate that they can facilitate the provision of Digital Alarm Receiving Centre Software Platforms in connection with the Procurement. Alarm Receiving Centre Platforms are essentially the software platform that allows the remote connection of telecare and telehealth devices to an alarm receiving center.

Award Criteria
Quality 75%
Social Value 10%
price 15%
3 Digital Alarm Solutions and Peripherals

Lot 3 is for the provision of Digital Alarm Solutions and Peripherals and the awarded Suppliers have been required to demonstrate that they can facilitate the automatic and remote non-clinical monitoring of individuals using a combination of behavioral and environmental sensors, alarms or other means linked to a communications device such as a hub in the home in connection with the Procurement

Award Criteria
Quality 75%
Social Value 10%
price 15%
4 Intelligent Activity Monitoring

Lot 4 is for the provision of Intelligent Activity Monitoring and the awarded Suppliers have been required to demonstrate that they can they can facilitate Intelligent Activity Monitoring using a system of non-intrusive system of sensors, machine learning and automatic data communication to facilitate monitoring the activities of daily living (ADLs) and detect any deviations from previous patterns, which is crucial to assessing the ability of an individual to live independently in their community and in the early detection of upcoming critical situations in connection with the Procurement

Award Criteria
Name 75%
Social Value 10%
price 15%
5 Patient Controlled Personalised Healthcare Records

Lot 5 is for the provision of Patient Controlled Personalised Healthcare Records and the awarded Suppliers have been required to demonstrate that they allow individuals to access their healthcare record and related data in one place and give them the ability to share this information with various healthcare professionals across various settings in connection with the Procurement

Award Criteria
Name 75%
Social Value 10%
price 15%
6 One Stop Shop / Combined Solutions

Lot 6 is for the provision of One-Stop-Shop / Combined Solutions and the awarded Suppliers have been required to demonstrate that they can provide an option to procure a combination of digital solutions from Lots 1 - 5 when customers are looking for an end-to-end combined/integrated device/system supply solution, without the requirement to run separate procurement exercises in connection with the Procurement

Award Criteria
Name 75%
Social Value 10%
price 15%

Award Detail

1 Aseptika (St Ives)
  • Technology Enabled Care Services 2
  • Reference: 007806-2023-sbs 10144-1
  • Value: £36,000,000
2 Baywater Healthcare (Crewe)
  • Remote Clinical Monitoring
  • Reference: 007806-2023-sbs 10144-2
  • Value: £36,000,000
3 BT PLC (London)
  • Remote Clinical Monitoring
  • Reference: 007806-2023-sbs 10144-3
  • Value: £36,000,000
4 Doccla (London)
  • Remote Clinical Monitoring
  • Reference: 007806-2023-sbs 10144-4
  • Value: £36,000,000
5 Docobo (Milton Keynes)
  • Remote Clinical Monitoring
  • Reference: 007806-2023-sbs 10144-5
  • Value: £36,000,000
6 Huma Therapeutics (London)
  • Remote Clinical Monitoring
  • Reference: 007806-2023-sbs 10144-6
  • Value: £36,000,000
7 Immedicare (West Yorkshire)
  • Remote Clinical Monitoring
  • Reference: 007806-2023-sbs 10144-7
  • Value: £36,000,000
8 Inhealthcare (North Yorkshire)
  • Remote Clinical Monitoring
  • Reference: 007806-2023-sbs 10144-8
  • Value: £36,000,000
9 Prescribing Services (Norfolk)
  • Remote Clinical Monitoring
  • Reference: 007806-2023-sbs 10144-9
  • Value: £36,000,000
10 Solcom (Isle of Wight)
  • Remote Clinical Monitoring
  • Reference: 007806-2023-sbs 10144-10
  • Value: £36,000,000
11 Specialist Computer Centres (Birmingham)
  • Remote Clinical Monitoring
  • Reference: 007806-2023-sbs 10144-11
  • Value: £36,000,000
12 Spirit Healthcare (Leicester)
  • Remote Clinical Monitoring
  • Reference: 007806-2023-sbs 10144-12
  • Value: £36,000,000
13 Vcare Systems (Watford)
  • Remote Clinical Monitoring
  • Reference: 007806-2023-sbs 10144-13
  • Value: £36,000,000
14 Legrand Electric (Birmingham)
  • Alarm Receiving Centre Platforms
  • Reference: 007806-2023-sbs 10144-14
  • Value: £14,000,000
15 Prescribing Services (Norfolk)
  • Alarm Receiving Centre Platforms
  • Reference: 007806-2023-sbs 10144-15
  • Value: £14,000,000
16 Appello Careline (Hampshire)
  • Alarm Receiving Centre Platforms
  • Reference: 007806-2023-sbs 10144-16
  • Value: £14,000,000
17 Access (Essex)
  • Digital Alarm Solutions and Peripherals
  • Reference: 007806-2023-sbs 10144-17
  • Value: £36,000,000
18 BT PLC (London)
  • Digital Alarm Solutions and Peripherals
  • Reference: 007806-2023-sbs 10144-18
  • Value: £36,000,000
19 Legrand Electric (Birmingham)
  • Digital Alarm Solutions and Peripherals
  • Reference: 007806-2023-sbs 10144-19
  • Value: £36,000,000
20 Possum (Bucks)
  • Digital Alarm Solutions and Peripherals
  • Reference: 007806-2023-sbs 10144-20
  • Value: £36,000,000
21 Prescribing Services (Norfolk)
  • Digital Alarm Solutions and Peripherals
  • Reference: 007806-2023-sbs 10144-21
  • Value: £36,000,000
22 Solcom (Isle of Wight)
  • Digital Alarm Solutions and Peripherals
  • Reference: 007806-2023-sbs 10144-22
  • Value: £36,000,000
23 Specialist Computer Centres (Birmingham)
  • Digital Alarm Solutions and Peripherals
  • Reference: 007806-2023-sbs 10144-23
  • Value: £36,000,000
24 Appello Careline (Hampshire)
  • Digital Alarm Solutions and Peripherals
  • Reference: 007806-2023-sbs 10144-24
  • Value: £36,000,000
25 Access (Essex)
  • Intelligent Activity Monitoring
  • Reference: 007806-2023-sbs 10144-25
  • Value: £24,000,000
26 Astraline (Cheadle)
  • Intelligent Activity Monitoring
  • Reference: 007806-2023-sbs 10144-26
  • Value: £24,000,000
27 BT PLC (London)
  • Intelligent Activity Monitoring
  • Reference: 007806-2023-sbs 10144-27
  • Value: £24,000,000
28 Prescribing Services (Norfolk)
  • Intelligent Activity Monitoring
  • Reference: 007806-2023-sbs 10144-28
  • Value: £24,000,000
29 Solcom (Isle of Wight)
  • Intelligent Activity Monitoring
  • Reference: 007806-2023-sbs 10144-29
  • Value: £24,000,000
30 Specialist Computer Centres (Birmingham)
  • Intelligent Activity Monitoring
  • Reference: 007806-2023-sbs 10144-30
  • Value: £24,000,000
31 Patients Know Best (Cambridge)
  • Patient Controlled Personalised Healthcare Records
  • Reference: 007806-2023-sbs 10144-31
  • Value: £14,000,000
32 Prescribing Services (Norfolk)
  • Patient Controlled Personalised Healthcare Records
  • Reference: 007806-2023-sbs 10144-32
  • Value: £14,000,000
33 BT PLC (London)
  • One-Stop-Shop/Combined Solutions
  • Reference: 007806-2023-sbs 10144-33
  • Value: £26,000,000
34 Prescribing Services (Norfolk)
  • One-Stop-Shop/Combined Solutions
  • Reference: 007806-2023-sbs 10144-34
  • Value: £26,000,000
35 Specialist Computer Centres (Birmingham)
  • One-Stop-Shop/Combined Solutions
  • Reference: 007806-2023-sbs 10144-35
  • Value: £26,000,000

Renewal Options

The Term of this Framework Agreement shall be 18 months from the Commencement Date and may be extended provided that the duration of this Framework Agreement shall be no longer than 4 years in total.

CPV Codes

  • 85000000 - Health and social work services
  • 33100000 - Medical equipments
  • 51300000 - Installation services of communications equipment
  • 85323000 - Community health services
  • 48610000 - Database systems
  • 48620000 - Operating systems
  • 48800000 - Information systems and servers
  • 35121700 - Alarm systems
  • 48510000 - Communication software package
  • 48810000 - Information systems
  • 85300000 - Social work and related services
  • 48180000 - Medical software package
  • 85100000 - Health services

Indicators

  • Options are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Some purchases under this Framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations. In such cases, Call-off Contracts from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and Approved Organisations may, at their discretion, modify the terms and conditions of any Call-off Contracts to reflect that Approved Organisation's specific needs

Reference

Domains