web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Sheffield: IT services: consulting, software development, Internet and support

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 177-361946/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: East Midlands Academic Health Science Networka hosted organisation of Nottingham University Hospitals NHS Trust
Postal address: c/o NHS North of England CPC, Savile Street East
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom
Contact Person: Michelle Walker
Email: michelle.walker@noecpc.nhs.uk
Internet address(es):
Main address:
Address of the buyer profile: www.emahsn.org.uk

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
Electronic communication requires the use of tools and devices that are not generally available.
Unrestricted and full direct access to these tools and devices is possible,free of charge,at:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: EMAHSN Framework Agreement for the Provision of Component Products and Services to Deliver an Integrated System for the Prevention Monitoring and Management of Falls in Older Peo.

Reference number: CPC 01982
II.1.2) Main CPV code: 72000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The East Midlands Academic Health Science Network (EMAHSN) is intending to award a framework agreement ITT for the Component Products and Services to Deliver an Integrated System for Prevention, Monitoring and Management of Falls in Older People.
II.1.5) Estimated total value:
Value excluding VAT: 50000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Web and Mobile Based Applications Bundle

Lot No:1
II.2.2) Additional CPV code(s)
72000000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
United Kingdom — East Midlands.

II.2.4) Description of the procurement:
A bundle of applications (the ‘apps’), predominantly for use on laptops and desktops but with mobile functionality which can be used by healthcare professionals, other professionals, patients and members of the public, each category of which will have unique user interfaces dependent upon need. It will be used to assess a person’s risk of falling, provide information on how to prevent falls and information about exercises and education. For professionals, it will be used to input relevant clinical information, monitor passively collected data and review care plans.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 10000000 Currency: GBP
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.2.9) Information about the limits on the number of candidates to be invited
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.2.1) Title: Clinical Monitoring Centre

Lot No:2
II.2.2) Additional CPV code(s)
72200000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
United Kingdom — East Midlands.

II.2.4) Description of the procurement:
Provision of a Clinical Monitoring Centre service conforming to the standards and requirements detailed in Appendix One and will:
— Work with local clinicians and device suppliers to agree and set thresholds and algorithms for each device or set of devices, based upon evidence based recommendations supplied principally by the device suppliers or the CMC supplier. (It is noted that the Cloud based Data Warehouse (Lot 4) is expected to provide facilities for running the agreed algorithms in order to process and interpret the data obtained from devices into appropriate reports and actionable data).
— Monitor the outputs from the variety of devices, the interpreted data and reports, reviewing them collectively from a patient perspective and take appropriate action for that patient.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 10000000 Currency: GBP
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.2.9) Information about the limits on the number of candidates to be invited
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.2.1) Title: Devices and Wide Area Networking Services

Lot No:3
II.2.2) Additional CPV code(s)
32430000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
United Kingdom — East Midlands.

II.2.4) Description of the procurement:
Any suppliers which have proven experience of delivering one or more devices for use in the monitoring of older people, with resulting data having been used effectively in the prevention or management of falls in a healthcare or social setting, can put forward a proposal for inclusion of those devices in the device framework Lot. It is important that suppliers are able to provide evidence based information regarding how the data from their devices can (either in isolation or in combination with data from other devices) be used to improve the prevention and management of older people at risk of falls.
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.2.9) Information about the limits on the number of candidates to be invited
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.2.1) Title: Cloud Based Data Warehouse

Lot No:4
II.2.2) Additional CPV code(s)
72300000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
United Kingdom — East Midlands.

II.2.4) Description of the procurement:
Data from the app / web interface, devices and other defined NHS systems will be streamed into the data system, the data will then be analysed real-time, determining when an intervention is needed and report this live to the clinical monitoring centre e.g. someone has fallen over or is at elevated risk of falling within the next 24 hours. The secure data repository will also capture additional information that will not be used for real-time service activity but is required for analysis, reporting, machine learning and intelligent risk modelling.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 10000000 Currency: GBP
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.2.9) Information about the limits on the number of candidates to be invited
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.2.1) Title: Programme Management

Lot No:5
II.2.2) Additional CPV code(s)
79000000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
United Kingdom — East Midlands.

II.2.4) Description of the procurement:
The overall responsibility for the delivery of the Falls Prevention and Management service to users will remain the responsibility of the relevant NHS and Social Care organisations. Whilst programme management resources will be assigned from relevant partner public sector organisations, we may seek commercial organisations with resources which can deliver significant elements of these activities, including coordinating deployment of the elements of the service procured through the different Lots into an integrated approach to preventing and managing falls. This will be a time limited function to move from a set of innovative products and approaches to developing a sustainable, scalable and replicable service model. The external programme management resources will be expected to work alongside nominated Programme Leads from within the NHS or Social Care.
Additionally it may be necessary to source bespoke training, integration, and development services related to one or more elements of the overall solution.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 10000000 Currency: GBP
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.2.9) Information about the limits on the number of candidates to be invited
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:See SQ/ITT.
III.1.2) Economic and financial standing
List and brief description of selection criteria: Selection criteria as stated in the procurement documents.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: Selection criteria as stated in the procurement documents.

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:7
In the case of framework agreements,provide justification for any duration exceeding 4 years:
N/A.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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-10-12 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:4(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-10-12 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
This procurement exercise will be conducted on the In-tend eTendering portal at:
Candidates wishing to be considered for this agreement must register their expression of interest and provide additional procurement specific information through this portal.
To register interest:
1) Go to ‘Current Tender Opportunities’ from the eTendering portal login page:
This will provide you with a full list of current tender opportunities. For the project you are interested in click on ‘View Details’ in the initial project view.
2) If you are not a registered user of In-tend follow the ‘Register’ tab otherwise follow the ‘Login’ link and enter email address and password.
3) From this tender management screen you will be presented will a fuller overview of the project and if interested you are able to ‘Express Interest’.
‘Expressing interest’ is not responding to the project, you will now have to complete the questionnaire and submit your response within the timescales indicated.
4) Go to the ‘Tenders’ section and click on ‘My Tenders’, click on ‘View Details’ within the project you are interested and you will now be able access attached documents and questionnaires that require completing as part of your response. Any sections indicated in red are awaiting your completion.
Further guidance on how to access and respond to the opportunity is available in the ‘Guidance for Suppliers’ tab which is available for downloading from the main portal login page:
For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056.
VI.4) Procedures for review
VI.4.1) Review body
Official name: NHS North of England CPC
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015.
Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.

VI.5) Date of dispatch of this notice:2017-09-12