Digital Dictation and Outsourced Transcription Framework for NHS
NHS SBS are looking to create a Framework Agreement to support approved organisations with regard to their digital dictation, speech recognition and outsourced transcription.
United Kingdom-Salford: Voice recognition software development services
2019/S 227-557207
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: 05280446
Postal address: Halyard Court, 31 Broadway, The Quays
Town: Salford
NUTS code: UK
Postal code: M50 2UW
Country: United Kingdom
Contact person: Sakir Mahmud
E-mail: sakir.mahmud@nhs.net
Telephone: +44 1612122420
Address of the buyer profile: https://nhssbs.eu-supply.com/ctm/Company/CompanyInformation/Index/39
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Digital Dictation, Speech Recognition and Outsourced Transcription
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
NHS SBS are looking to create a framework agreement to support approved organisations with regard to their digital dictation, speech recognition and outsourced transcription requirements. The framework agreement will be divided into lots specific to digital dictation (Fixed and SaaS), speech recognition (Fixed and SaaS), outsourced transcription services and also a lot employing a combination of these services (combined solutions).
The framework agreement will provide approved organisations with the flexibility to either invest in a capital purchase of hardware and software solutions or alternatively purchase the services on a subscription model where hosting options can be discussed or through a price per line basis (i.e. Software as a Service SaaS).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Digital Dictation Fixed
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
M50 2UW.
II.2.4)Description of the procurement:
Lot 1a: digital dictation fixed. Capital purchase of hardware/software.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Digital Dictation SaaS
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1b: digital dictation software as a service (SaaS). No capital outlay, prices on a pay-as-you-go price per line cost or software subscription cost.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Speech Recognition Fixed
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2a: fixed = capital purchase of hardware/software.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Speech Recognition SaaS
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1b: speech recognition software as a service (SaaS). No capital outlay, prices on a pay-as-you-go price per line cost or software subscription cost.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Outsourced Transcription
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Any transcription that is undertaken off-site.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Combined Solutions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Bidders shall need to be awarded a place on a minimum of 2 separate lots i.e. Lot 1: Digital Dictation, Lot 2: Speech Recognition and Lot 3: Outsourced Transcription, to be eligible to offer a combined solution to approved organisations via Lot 4, ideally to provide an ‘End to end’ process. If awarded only 2 separate lots, the bidder shall not be eligible to provide a solution which involves the lot to which they were not awarded unless a solution is provided in partnership with a bidder awarded that lot on the framework. To be awarded a place on Lot 4, Lots 1a and 1b shall count as 1 lot and Lots 2a and 2b shall count as 1 lot.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The duration referenced in Section II 2.7) is for the placing of orders.
The value provided in Section II 1.5) is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.
The framework will be for the benefit and on behalf, of public sector bodies, details of such bodies can be accessed at: https://www.sbs.nhs.uk/proc-framework-agreements-support
In addition, if provided for in the contract documents, NHS SBS may extend the scope and benefit of the framework agreement to private sector bodies, subject to the approval of NHS SBS. Whilst NHS SBS is not required by procurement legislation to do so, it has extended the principles of public procurement rules to provide its private sector customers with the best value and open and transparent procurement procedures.
VI.4.1)Review body
Postal address: Chandlers Point 31 Broadway
Town: Salford
Postal code: M50 2UW
Country: United Kingdom
E-mail: sakir.mahmud@nhs.net
Telephone: +44 1612122420Internet address: https://www.sbs.nhs.uk/
VI.4.3)Review procedure
OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHSSBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
VI.5)Date of dispatch of this notice: