HCC - 10/25 - PROVISION AND MAINTENANCE OF NHS HEALTH CHECKS SOFTWARE

A Tender Notice
by HERTFORDSHIRE COUNTY COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
2 year
Value
£240K
Sector
TECHNOLOGY
Published
07 Oct 2025
Delivery
01 Apr 2026 to 31 Mar 2028
Deadline
28 Nov 2025 12:00

Concepts

Location

Hertfordshire:

Geochart for 1 buyers and 0 suppliers

Description

Hertfordshire County Council is currently out to procurement for the Provision of Maintenance of NHS Health Checks Software A PME exercise was carried out in March 2025 for a joint smoking and health check procurement. Notice identifier: 2025/S 000-011121. It was later agreed to carry out two separate procurements. The Contract has not been split into lots as the Council is purchasing one solution to be managed by one central team, the service purchased will fulfil all our requirements and it is not reasonably practicable for it to be supplied by more than one Supplier. The Council will procure this contract using the Competitive Flexible Procedure as defined in the Procurement Act 2023, which will allow us to run a multistage procurement process, the process will be as follows: Stage 1 - Tenderers will complete the Response Document (including the pricing schedule) and submit in line with the deadlines outlined in section 2 of the Instructions to tenderers document. Stage 1 is split into 3 parts. All Tenderers are required to pass Part 1 and Part 2 (bid forms 1 – 8) before proceeding to be evaluated and moderated at Part 3 – Award Criteria. Stage 2 - The top three Tenderers based on scores from Bid Forms 9 to 11 (Part 3 - Award) will advance to Stage 2, where they will be invited to demonstrate their system (bid form 12). Tenderers should be aware that the Council may raise clarifications based on your quality response before the top scoring Tenderers are invited to Stage 2. Once Stage 2 is completed, the Council will collate all scores for stages 1 and 2 and the Council will award the Contract to the highest scoring organisation in terms of the stated award criteria. Full details of the requirement and context of the procurement can be found in the Service Specification contained within the Contract Document. Organisations wishing to take part in this project are invited to 'express an interest' and also 'opt in' which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 28th November 2025 Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00. The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result. As per the Procurement Act 2023, the Council reserves the right during the Award phase of this procurement exercise to: - Amend the stages of the Competitive Flexible Procedure where further stages are required to come to a fuller understanding between parties of the scope or requirement or other such necessary elements. Amend the specification Define or refine sub-weightings, particularly for price if it is not possible to fix costs for significant element(s). Any amendments will be communicated in full to all Tenderers.

Renewal Options

The core Contract Period is 2 years with the option to extend for up to 2 further years

Award Criteria

Simple description Please refer to Section 4 of the Instructions to Tenderers for a full breakdown of the Award Criteria Stage 1 - Part 1 and 2 consists of Pass/Fail criteria as listed in Section 4 Table A of the Instructions to Tenderers Stage 1 - Part 3 - Award Part 3A - Price Tier 1 - Fixed Prices: Total Tender Price (Overall Price) - 40% Part 3B - Quality Tier 1 - Project Delivery - 30% Tier 1 - Specific Requirements - 15% The top 3 Scoring Tenderers based on scores from Bid Forms 9-11 (Stage 1, part 3) will advance to Stage 2. Stage 2 Tier 1 - Presentation/Demonstration - 15% Non Scored - Mobilisation

CPV Codes

  • 48000000 - Software package and information systems
  • 48900000 - Miscellaneous software package and computer systems
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72500000 - Computer-related services

Indicators

  • Renewals are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. **

Reference

Domains