Notice Information
Notice Title
NHSX - Framework Agreement for Clinical Communication Tools for NHS Organisations
Notice Description
NHSX requires a Framework Agreement to be established for NHS Organisations to procure communication services. The Secretary of State announced that NHS trusts will be required to phase out pagers by the end of 2021 and to move to more modern communication tools. The agreed approach, therefore, needs to ensure that NHS trusts can award contracts to suitably qualified and experienced suppliers who can deliver against this requirement, whilst promoting innovation and delivering against a digital maturity model. The framework agreements together with connected call-off agreements will provide contract vehicles for NHS Trusts and Hospitals to purchase systems and services which are assured against the frameworks specifications and standards. The contract value for the framework is GBP 3m and the provisional intention is for the framework to remain open (valid) for 2 years with a potential extension for 12 months. The services provided under the Clinical Communication Tools framework will cover the following; Provision of applications, which will meet the business requirements, mandatory functionality and compliance listed in the short description of this notice. Mandatory functionality: - secure messaging, - image sharing, - staff directory [linked to the global NHS.net address book], - calls. Compliance: - patient safety regulations, - GDPR and UK data protection, - NHSD SCCiO requirements for both DCB0129 clinical safety risk assessment and DCB01260 Clinical Safety Case, - NHS IG DSP Toolkit, - ISO 27001:2017. Associated services which are services associated with the implementation or optimisation of the application. Implementation support - training materials, - video/online/in app training, - 24/7 customer support online/in app/via phone, - online knowledge centre, - 1:1 remote training. Additional services which are an augmentation of the application provided by the supplier. Optional functionality - patient lists, - task management, - video calls, - ERP integration. Call off agreements awarded through the clinical communication tools framework may provide services to NHS Trusts and Hospitals. Services sold under the clinical communication tools framework agreement will generally be sold on the basis of software as a service (SaaS) with licences granted to customer users where appropriate. Additional information: This Framework Agreement is for the use of NHS England and Improvement, Clinical Commissioning Groups, Primary Care Networks, NHS Trusts, NHS Special Health Authorities and all other NHS organisations as found at the following address and updated from time to time. https://www.nhs.uk/ServiceDirectories/Pages/NHSTrustListing.aspx Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents. On registration, please include at least two contacts to allow for access to the system in times of absence. The services are deemed to be subject to the full regime of current EU procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015. The contracting authority intends to observe the provisions and 10 day standstill period described in the Public Contracts Regulations 2015. Unsuccessful Bidders and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/applicant was unsuccessful. Deadlines for lodging appeals should be in accordance with the Regulations.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-92cc572c-917c-4954-8ad3-550589058297
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/100f0132-1c2b-40aa-a79f-f3c91545c448
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- £3,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Jul 20205 years ago
- Submission Deadline
- 6 Jul 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 26 Jul 2020 - 26 Jul 2022 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS1 3NX
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK51 Bristol, City of
- Delivery Location
- TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)
-
- Local Authority
- Bristol, City of
- Electoral Ward
- Central
- Westminster Constituency
- Bristol Central
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/100f0132-1c2b-40aa-a79f-f3c91545c448
1st July 2020 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-92cc572c-917c-4954-8ad3-550589058297-2020-07-01T09:37:52+01:00",
"date": "2020-07-01T09:37:52+01:00",
"ocid": "ocds-b5fd17-92cc572c-917c-4954-8ad3-550589058297",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "WA10745",
"title": "NHSX - Framework Agreement for Clinical Communication Tools for NHS Organisations",
"description": "NHSX requires a Framework Agreement to be established for NHS Organisations to procure communication services. The Secretary of State announced that NHS trusts will be required to phase out pagers by the end of 2021 and to move to more modern communication tools. The agreed approach, therefore, needs to ensure that NHS trusts can award contracts to suitably qualified and experienced suppliers who can deliver against this requirement, whilst promoting innovation and delivering against a digital maturity model. The framework agreements together with connected call-off agreements will provide contract vehicles for NHS Trusts and Hospitals to purchase systems and services which are assured against the frameworks specifications and standards. The contract value for the framework is GBP 3m and the provisional intention is for the framework to remain open (valid) for 2 years with a potential extension for 12 months. The services provided under the Clinical Communication Tools framework will cover the following; Provision of applications, which will meet the business requirements, mandatory functionality and compliance listed in the short description of this notice. Mandatory functionality: - secure messaging, - image sharing, - staff directory [linked to the global NHS.net address book], - calls. Compliance: - patient safety regulations, - GDPR and UK data protection, - NHSD SCCiO requirements for both DCB0129 clinical safety risk assessment and DCB01260 Clinical Safety Case, - NHS IG DSP Toolkit, - ISO 27001:2017. Associated services which are services associated with the implementation or optimisation of the application. Implementation support - training materials, - video/online/in app training, - 24/7 customer support online/in app/via phone, - online knowledge centre, - 1:1 remote training. Additional services which are an augmentation of the application provided by the supplier. Optional functionality - patient lists, - task management, - video calls, - ERP integration. Call off agreements awarded through the clinical communication tools framework may provide services to NHS Trusts and Hospitals. Services sold under the clinical communication tools framework agreement will generally be sold on the basis of software as a service (SaaS) with licences granted to customer users where appropriate. Additional information: This Framework Agreement is for the use of NHS England and Improvement, Clinical Commissioning Groups, Primary Care Networks, NHS Trusts, NHS Special Health Authorities and all other NHS organisations as found at the following address and updated from time to time. https://www.nhs.uk/ServiceDirectories/Pages/NHSTrustListing.aspx Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents. On registration, please include at least two contacts to allow for access to the system in times of absence. The services are deemed to be subject to the full regime of current EU procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015. The contracting authority intends to observe the provisions and 10 day standstill period described in the Public Contracts Regulations 2015. Unsuccessful Bidders and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/applicant was unsuccessful. Deadlines for lodging appeals should be in accordance with the Regulations.",
"datePublished": "2020-06-19T12:59:54+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "England",
"countryName": "United Kingdom"
},
{
"region": "England",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 3000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procedure": {
"isAccelerated": true,
"acceleratedRationale": "In line with the EU Commission's confirmation that the COVID-19 crisis presents extreme and unforeseeable urgency, the Commissioner is following an accelerated open procedure in order to let contract(s) at the earliest possible opportunity. This tender is being let for services directly related to the delivery of COVID-19 healthcare services, and its delay could be detrimental to the welfare of the population."
},
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2020-07-06T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2020-07-27T00:00:00+01:00",
"endDate": "2022-07-26T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/100f0132-1c2b-40aa-a79f-f3c91545c448",
"datePublished": "2020-06-19T12:59:54+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2020-07-01T09:37:52+01:00"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
"name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
"identifier": {
"legalName": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/FDEK7nf7"
},
"address": {
"streetAddress": "South Plaza,Marlborough Street",
"locality": "BRISTOL",
"postalCode": "BS13NX",
"countryName": "England"
},
"contactPoint": {
"name": "Garry Mitchell",
"email": "commercial.procurementhub@nhs.net"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
"name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
}
}