Planning

Audiology Patient Management Systems

NHS SUPPLY CHAIN

This public procurement record has 1 release in its history.

Planning

05 Feb 2021 at 22:56

Summary of the contracting process

The NHS Supply Chain is planning to initiate a procurement process for Audiology Patient Management Systems, which will facilitate the provision of medical information systems primarily for NHS departments such as Audiology and Ear Nose & Throat (ENT). This Framework Agreement is projected to incur a total expenditure of approximately £4,000,000 over a four-year term, with an initial expected spend of between £500,000 and £1,000,000 in the first year. Interested suppliers can anticipate the invitation to tender within the next 12 months, with a future notice planned for 1st September 2021. The framework will encompass both Direct and Non-Direct Contract Products, requiring strategic engagement with suppliers before the official tender release.

This procurement presents significant opportunities for businesses specialising in patient management software, data conversion services, and related add-on modules. Companies that hold relevant certifications, such as ISO 9001:2015, multiple insurances, and compliance with medical device regulations, will be well-suited to compete. The framework's structure allows for various NHS Trusts and other authorised entities to enter into contracts, which can result in sustained business growth for successful suppliers within the UK's healthcare sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Audiology Patient Management Systems

Notice Description

This Framework Agreement will cover Patient Management Systems used primarily within Audiology departments and services within the NHS but also sister departments such as Ear Nose & Throat (ENT). Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 500000 GBP to 1000000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The total value of the Framework Agreement over a four year term (initial 2 years with an option to extend incrementally for to a maximum of four years) will be in the region of 4000000 GBP

Lot Information

Lot 1

This Framework Agreement will cover Patient Management Systems used primarily within Audiology departments and services within the NHS but also sister departments such as Ear Nose & Throat (ENT). The framework will be both Direct & Non-Direct. The products covered will be; Patient Management System Software, User Subscription, Current System to New System Data Conversion, Additional add-on modules. For Direct Contract Products the Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents. The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission. - ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. - Public Liability Insurance cover of 5000000 GBP per claim in the name of the Applicant - Employers Liability Insurance cover of 5000000 GBP per claim in the name of the Applicant - Product Liability Insurance cover in the name of the Applicant of 5000000 GBP per claim or 5000000 GBP per claim and in the annual aggregate - Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable) If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Employers Liability Insurance, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant). Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 500000 GBP to 1000000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0290e5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002430-2021
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48814000 - Medical information systems

48814200 - Patient-administration system

48814400 - Clinical information system

Notice Value(s)

Tender Value
£4,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Feb 20215 years ago
Submission Deadline
Not specified
Future Notice Date
31 Aug 2021Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS SUPPLY CHAIN
Contact Name
Tom Outram
Contact Email
chelsea.hufton@supplychain.nhs.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SE1 6LH
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
Not specified

Local Authority
Southwark
Electoral Ward
St George's
Westminster Constituency
Bermondsey and Old Southwark

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-h6vhtk-0290e5-2021-02-05T22:56:11Z",
    "date": "2021-02-05T22:56:11Z",
    "ocid": "ocds-h6vhtk-0290e5",
    "description": "The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. Values listed in this Prior Information Notice are approximate only and the values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements. NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buy initiatives. The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products. NHS Supply Chain will be entitled to purchase the supplies and/or services identified as Non-Direct Contract Products which it will then make available for purchase by any NHS Trust; any other NHS entity; any government department, agency or other statutory body and/or any private sector entity active in the UK healthcare sector. For the supplies and/or services identified as Direct Contract Products NHS Supply Chain; any NHS Trust; any other NHS entity; any government department, agency or other statutory body and/or any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework. For Direct Contract Products the Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents. Direct & Non-Direct Contract Products; Patient Management System Software User Subscription Current System to New System Data Conversion Additional add-on modules NHS Supply Chain is currently considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions; Candidates wishing to complete the Request for Information must register their expression of interest. Follow the link to the eProcurement Portal: https://nhssupplychain.app.jaggaer.com/ Please select on the 'SQs Open To All Suppliers' link and select SQ_26 - RFI - Audiology Patient Management Systems 2021. Select Express interest Select the 'My Responses' tab and please complete and attach the RFI within Section 1.1.2 Select 'Submit Response' NHS Supply Chain is currently considering the opportunity of entering into the market for the supply of Audiology Patient Management Systems (detailed below). As part of this process, NHS Supply Chain may enter into pilot Framework Agreements with suppliers of these Audiology Patient Management Systems whilst NHS Supply Chain gains a better understanding of this market with a view to launching a tender for a Framework Agreement in the next 12 months. If you would like to discuss your products and any opportunities with NHS Supply Chain, please contact Chelsea Hufton via https://nhssupplychain.app.jaggaer.com/",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0290e5",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Audiology Patient Management Systems",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "48814000",
            "description": "Medical information systems"
        },
        "mainProcurementCategory": "goods",
        "description": "This Framework Agreement will cover Patient Management Systems used primarily within Audiology departments and services within the NHS but also sister departments such as Ear Nose & Throat (ENT). Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 500000 GBP to 1000000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The total value of the Framework Agreement over a four year term (initial 2 years with an option to extend incrementally for to a maximum of four years) will be in the region of 4000000 GBP",
        "value": {
            "amount": 4000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This Framework Agreement will cover Patient Management Systems used primarily within Audiology departments and services within the NHS but also sister departments such as Ear Nose & Throat (ENT). The framework will be both Direct & Non-Direct. The products covered will be; Patient Management System Software, User Subscription, Current System to New System Data Conversion, Additional add-on modules. For Direct Contract Products the Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents. The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission. - ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. - Public Liability Insurance cover of 5000000 GBP per claim in the name of the Applicant - Employers Liability Insurance cover of 5000000 GBP per claim in the name of the Applicant - Product Liability Insurance cover in the name of the Applicant of 5000000 GBP per claim or 5000000 GBP per claim and in the annual aggregate - Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable) If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Employers Liability Insurance, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant). Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 500000 GBP to 1000000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48814200",
                        "description": "Patient-administration system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48814400",
                        "description": "Clinical information system"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-09-01T00:00:00+01:00"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-140",
            "name": "NHS Supply Chain",
            "identifier": {
                "legalName": "NHS Supply Chain"
            },
            "address": {
                "streetAddress": "Skipton House, 80 London Road",
                "locality": "London",
                "region": "UKI",
                "postalCode": "SE1 6LH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Tom Outram",
                "email": "chelsea.hufton@supplychain.nhs.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-140",
        "name": "NHS Supply Chain"
    },
    "language": "en"
}