https://www.commercialsolutions-sec.nhs.uk/
A Voluntary Ex-Ante Transparency (VEAT) Notice
by SURREY AND BORDERS PARTNERSHIP NHS FOUNDATION TRUST ON BEHALF OF NHS COMMERCIAL SOLUTIONS
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- not specified
- Value
- £15M
- Sector
- TECHNOLOGY
- Published
- 19 Aug 2025
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
Dorking
2 buyers
- NHS Commercial Solutions Dorking
15 suppliers
- Icnh Barkshire
- Healthcare Communications Macclesfield Cheshire
- BTS Holdings Surrey
- Insight Direct Manchester
- Netcall Technology Hertfordshire
- Barrier Networks Glasgow
- Hill Rom Leicestershire
- Multitone Electronics Hampshire
- Stanley Security Solutions Wiltshire
- Softcat Bucks
- Zivver Noord Holland
- Exponential E London
- Hospital Services Belfast
- Intouch with Health Gloucestershire
- Visionable London
Description
This Voluntary ex-ante Transparency Notice (VEAT notice) is a tool used in public procurement to provide transparency on a Framework Agreement currently in force. The details of the Framework Agreement is provided below. NHS Commercial Solutions has let this Framework Agreement subsequent to a procurement using the Restricted Procedure as directed by the Public Contracts Regulations 2015 (as amended), in which NHS Commercial Solutions placed a notice to establish a multiple supplier framework (ref: 2020/S 145-358199). Multiple suppliers were successful in each lot and have been appointed to the Framework, which has been let for four years with no option to extend. The Framework has been structured to incorporate seven lots, which are: Lot 1: Patient Messaging Services Lot 2: Medical Messaging Application (Pager Replacement) Lot 3: Kiosk Display (Digital Signage) Lot 4: Patient Check-In Management System Lot 5: Apps Development Services Lot 6: Social Marketing Services – Not awarded Lot 7: Video Conferencing System Lot 8: In-Patient Infotainment Management System – Not awarded Lot 9: Medical Representative Check-In Software System – Not awarded Lot 10: Bespoke Services
Lot Division
1 | Patient Messaging Services Patient messaging services will be a service to provide contracting authorities with a means of sending two-way messages for appointment reminders and medical test results. The service will include but not be limited to: voice calls; mobile data connectivity; mobile email; mobile data applications; mobile device management; video services including the administration of mobile devices, such as smartphones, tablets and laptops when linked to the corporate network. |
2 | Medical Messaging Application (Pager Replacement) Medical messaging application (Pager Replacement) will be a service that replaces existing NHS pagers and replace them with a secure platform that will allow healthcare professionals to communicate with each other via mobile devices or via a desktop-based application. The service will include but not be limited to: voice calls; SMS; voicemail services; mobile data connectivity; mobile email services; mobile data applications; mobile devices management; including the administration of mobile devices; such as smartphones, tablets and laptops when linked to a corporate network. |
3 | Kiosk Display (Digital Signage) Kiosk display (Digital Signage) will provide a secured on-site platform to display or projection relevant and approved information from the Trusts/Hospitals for the use of all users including patients, staff and visitors. |
4 | Patient Check-In Management System is a service that Contracting Authorities can use to provide a secured platform (Hardware, Software and Maintenance) for all patients to confirm their check-in for all pre-booked appointments engagements. This service is easy to understand and can communicate securely with other software used by the Contracting Authority. |
5 | App Development Services The service will allow a Contracting Authority to develop patient-friendly mobile applications that will be compatible with multi-platforms such as Windows, iOS, Android and Kindle. |
7 | Video Conferencing System This service provides state-of the art video conferencing system for in-patients, out-patients, administrative and clinical services. The video conferencing system should be easy to understand, navigate and used by Patients irrespective of age, gender and ability/disability and compatible with existing telecommunication applications. |
10 | Bespoke Services is a multi-functional lot that may comprise any of the services in Lot 1, Lot 2, Lot 3, Lot 4, Lot 5, and Lot 7 or as may be specified by a Client (i.e. a customer organisation which may be an NHS Trust, individual clinic, GP surgery or any other user of the framework agreement). |
Award Detail
1 | Icnh (Barkshire)
|
2 | Healthcare Communications (Macclesfield Cheshire)
|
3 | BTS Holdings (Surrey)
|
4 | Insight Direct (Manchester)
|
5 | Netcall Technology (Hertfordshire)
|
6 | Barrier Networks (Glasgow)
|
7 | BTS Holdings (Surrey)
|
8 | Hill Rom (Leicestershire)
|
9 | Insight Direct (Manchester)
|
10 | Multitone Electronics (Hampshire)
|
11 | Netcall Technology (Hertfordshire)
|
12 | Stanley Security Solutions (Wiltshire)
|
13 | Softcat (Bucks)
|
14 | Zivver (Noord Holland)
|
15 | Exponential E (London)
|
16 | Hospital Services (Belfast)
|
17 | Insight Direct (Manchester)
|
18 | BTS Holdings (Surrey)
|
19 | Hospital Services (Belfast)
|
20 | Insight Direct (Manchester)
|
21 | Intouch with Health (Gloucestershire)
|
22 | Netcall Technology (Hertfordshire)
|
23 | BTS Holdings (Surrey)
|
24 | Exponential E (London)
|
25 | Hospital Services (Belfast)
|
26 | Insight Direct (Manchester)
|
27 | Netcall Technology (Hertfordshire)
|
28 | Barrier Networks (Glasgow)
|
29 | Hospital Services (Belfast)
|
30 | Insight Direct (Manchester)
|
31 | Visionable (London)
|
32 | Barrier Networks (Glasgow)
|
33 | BTS Holdings (Surrey)
|
34 | Exponential E (London)
|
35 | Hospital Services (Belfast)
|
36 | Insight Direct (Manchester)
|
37 | Netcall Technology (Hertfordshire)
|
CPV Codes
- 72000000 - IT services: consulting, software development, Internet and support
- 48512000 - Interactive voice response software package
- 48515000 - Video conferencing software package
- 64200000 - Telecommunications services
- 64210000 - Telephone and data transmission services
- 64216120 - Electronic mail services
- 79512000 - Call centre
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 32320000 - Television and audio-visual equipment
- 32510000 - Wireless telecommunications system
- 48000000 - Software package and information systems
- 64216100 - Electronic message services
- 72230000 - Custom software development services
- 72400000 - Internet services
- 30200000 - Computer equipment and supplies
- 30231300 - Display screens
- 31682230 - Graphic display panels
- 39133000 - Display units
- 72300000 - Data services
- 48983000 - Development software package
- 72260000 - Software-related services
- 32232000 - Video-conferencing equipment
- 72212515 - Video conferencing software development services
Indicators
- Award on basis of price and quality.
Legal Justification
This is an existing Framework Agreement enabling access to a range of pre-tendered professional services to deliver Patient and Healthcare Communications Services. The current Framework Agreement expiry date is 24th August 2025. The Framework Agreement is proposed to be extended for 12 (Twelve) months. This VEAT is issued to clarify Patient & Healthcare Communications & Related IT Services Framework Agreement's term to be extended until 24th August 2026. Regulation 72(1)(c) permits modifications following "circumstances which a diligent authority could not have foreseen" where "the modification does not alter the overall nature of the contract" and "any increase in price does not exceed 50% of the value of the original contract or framework agreement". NHS Commercial Solutions is entitled to rely on Regulation 72(1)(c) of the PCR to extend the Framework to allow sufficient time to complete the procurement process on the basis that: 1.the extension became necessary as a result of last minute changes to the governance and approvals process that had to be completed before the procurement could commence; 2.the need to recomplete elements of the process to reflect changing requirements during the approvals process, and delays in obtaining the necessary approvals from relevant third parties; and 3.the overall consequence of these changes and delays being that the approvals process has taken much longer than indicated. Moreover, the only modification being proposed is an extension to the term, with no other changes to the terms of the contract. As such, the proposed modification does not result in a change to the overall nature of the framework. Further, the total value advertised in this VEAT Notice is £15m (Exclusive of any applicable VAT) which is lower than the originally advertised contract value. There is no uplift to the overall value of the Framework as a result of the extension and the overall value of the call-off contracts to be placed under the Framework will not extend by more than 50% as a result of the continued use of the Framework during its total term.
Other Information
Price is not the only award criterion and all criteria are stated only in the procurement documents
Reference
- FTS 049963-2025