Contract notice

Information

Published

Expire date: 16/07/2021

External Reference: 2021-511208

FTS Reference: 2021-012974

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

NHS Shared Business Services
05280446
Halyard Court, 31 Broadway, The Quays
Salford
M50 2UW
UK
Contact person: Aidan Woodward
Telephone: +44 7395253735
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38199&B=NHSSBS
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Other type:  Joint Venture between the Department of Health and Sopra Steria
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Patient/Citizen Communications & Engagement Solutions
Reference number:  CARAS
II.1.2)

Main CPV code

64000000  -  Postal and telecommunications services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The objective of the Patient/Citizen Communications & Engagement Solutions Framework is to enhance interactions with citizens as they access the healthcare system to ensure all patients receive reminders, alerts and support when needed. Switching to a more customer focused solution including online patient portals and patient self-service functionality will lead to more successful patient pathways and experience.
The framework aims to provide a simple, effective, efficient, and compliant route to market for the supply of communication methods to engage with patients, citizens and the workforce across NHS organisations and wider public sector bodies.
It provides access to communications, alerts, reminders, and appointment technology, through a range of communication channels with Digital First, but ensuring inclusion is maximised by offering traditional methods such as Phone, Mail and SMS. Friends and Family Test (FFT) surveys can also be commissioned.
II.1.5)

Estimated total value

Value excluding VAT: 250000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  one lot only
II.2)

Description

II.2.1)

Title

Lot 1 – Online (Digital) Communication
Lot No:  1
II.2.2)

Additional CPV code(s)

32000000  -  Radio, television, communication, telecommunication and related equipment
32260000  -  Data-transmission equipment
32500000  -  Telecommunications equipment and supplies
32570000  -  Communications equipment
32573000  -  Communications control system
64227000  -  Integrated telecommunications services
72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

The provision of an automated One and Two way Internet-based online digital communication services such as smartphone applications.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 2 – E-mail
Lot No:  2
II.2.2)

Additional CPV code(s)

32000000  -  Radio, television, communication, telecommunication and related equipment
32260000  -  Data-transmission equipment
32500000  -  Telecommunications equipment and supplies
32570000  -  Communications equipment
32573000  -  Communications control system
64227000  -  Integrated telecommunications services
72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

The provision of an automated One and Two way Email service
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 3 – Short Message Service (SMS)
Lot No:  3
II.2.2)

Additional CPV code(s)

32000000  -  Radio, television, communication, telecommunication and related equipment
32260000  -  Data-transmission equipment
32500000  -  Telecommunications equipment and supplies
32570000  -  Communications equipment
32573000  -  Communications control system
64227000  -  Integrated telecommunications services
72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

The provision of an automated One and Two way mobile messaging (SMS), paging and alerting service.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 4 – Interactive Voice Response (IVR)
Lot No:  4
II.2.2)

Additional CPV code(s)

32000000  -  Radio, television, communication, telecommunication and related equipment
32260000  -  Data-transmission equipment
32500000  -  Telecommunications equipment and supplies
32570000  -  Communications equipment
32573000  -  Communications control system
64227000  -  Integrated telecommunications services
72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

The provision of an automated One and Two way IVR service
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 5 – Agent Calls
Lot No:  5
II.2.2)

Additional CPV code(s)

32000000  -  Radio, television, communication, telecommunication and related equipment
32260000  -  Data-transmission equipment
32500000  -  Telecommunications equipment and supplies
32570000  -  Communications equipment
32573000  -  Communications control system
64227000  -  Integrated telecommunications services
72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

The provision of an Agent Calls service based from a Call Centre, providing the ability to make outbound contact and respond to an incoming contact or route the contact to a predefined destination.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 6 – Hybrid Mail
Lot No:  6
II.2.2)

Additional CPV code(s)

32000000  -  Radio, television, communication, telecommunication and related equipment
32260000  -  Data-transmission equipment
32500000  -  Telecommunications equipment and supplies
32570000  -  Communications equipment
32573000  -  Communications control system
64227000  -  Integrated telecommunications services
72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

The provision of on and off-site bulk and traditional hybrid mail.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 7 – Surveys and feedback (inc. the Friends and Family Test - FFT)
Lot No:  7
II.2.2)

Additional CPV code(s)

32000000  -  Radio, television, communication, telecommunication and related equipment
32260000  -  Data-transmission equipment
32500000  -  Telecommunications equipment and supplies
32570000  -  Communications equipment
32573000  -  Communications control system
64227000  -  Integrated telecommunications services
72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

It is recognised that surveys such as FFT will predominantly be Digital First and using Online (Digital) Communication therefore the requirement is for Bidders to provide an automated One and Two way Internet-based online digital communication services such as web based services or smartphone applications.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 8 - Two-way workforce communications
Lot No:  8
II.2.2)

Additional CPV code(s)

32000000  -  Radio, television, communication, telecommunication and related equipment
32260000  -  Data-transmission equipment
32500000  -  Telecommunications equipment and supplies
32570000  -  Communications equipment
32573000  -  Communications control system
64227000  -  Integrated telecommunications services
72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

The provision of an automated One and Two way mobile audio messaging, paging and alerting service. This service is intended to replace outdated workforce communication methods such as Fax Machines and analogue Pagers.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 9 - All-in-one Combined Solution and Advisory / Digital Transformation
Lot No:  9
II.2.2)

Additional CPV code(s)

32000000  -  Radio, television, communication, telecommunication and related equipment
32260000  -  Data-transmission equipment
32500000  -  Telecommunications equipment and supplies
32570000  -  Communications equipment
32573000  -  Communications control system
64227000  -  Integrated telecommunications services
72000000  -  IT services: consulting, software development, Internet and support
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
M50 2UW
II.2.4)

Description of the procurement

The provision of an automated One and Two way mobile audio messaging, paging and alerting service. This service is intended to replace outdated workforce communication methods such as Fax Machines and analogue Pagers.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please refer to Procurement Documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.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
Envisaged maximum number of participants to the framework agreement:  20
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 2021/S 021-512428
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/07/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 48  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  09/07/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

 The duration referenced in Section II.2.7 is for the placing of orders.
The value provided in Section II.1.5 is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.
The Framework will be for the benefit, and on behalf, of public sector bodies, details of such bodies can be accessed at: https://www.sbs.nhs.uk/proc-framework-agreements-support
In addition, if provided for in the contract documents, NHS SBS may extend the scope and benefit of the Framework Agreement to private sector bodies, subject to the approval of NHS SBS. Whilst NHS SBS is not required by procurement legislation to do so, it has extended the principles of public procurement rules to provide its private sector customers with the best value and open and transparent procurement procedures.
The envisaged maximum number of participants to the framework agreement, stated in IV.1.3 is an estimate and is subject to change
Please respond through the EU Supply tender portal, tender reference; 44774 by 12:00 noon on 9th July 2021.
VI.4)

Procedures for review

VI.4.1)

Review body

NHS Shared Business Services
Halyard Court, 31 Broadway
Salford
M50 2UW
UK
Telephone: +44 7395253735
Internet address: https://www.sbs.nhs.uk/

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
 OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHSSBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.