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

Open

Buyers

Value

£240,000

Classifications

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

Tags

  • tender

Submission Deadline

1 month from now

Published

1 week ago

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: [email protected] 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.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

IT Neutral Vendor

This Framework Contract will adopt a Neutral Vendor Managed Service model to offer a 'one stop shop' for all in scope ICT goods and services based on the Framework CPV codes. The Neutral Vendor will act a single interface between the Customer and the Supply Chain. The Framework is primarily focussed on the Education Sector, but must be available and suitable for all public sector organisations. The key objectives and focus of the framework are:  Value for money - through competition and in the case of direct award, demonstrated through benchmarking.  Access to a fully managed service - engaging with the Customer, providing advice and guidance, building up knowledge of each Customer based on previous engagements to inform the service they are offered, supporting the delivery of the outcomes required.  Access to high quality ICT goods and services - high quality goods and services should be tailored to each Customers requirements.  Transparency - copies of benchmarking information must be shared, especially in the case of direct awards, ensuring direct awards are only used where justified, sharing competition information with the Customer, whole life cost is presented including full transparency over Supplier fees to access the managed service.  Process efficiencies for Customers - streamlining invoices with effective management information, simplifying procurement processes.  Effective management of the Supply Chain - ensuring alignment with standards, only onboarding suitable Suppliers, offering choice to Customers, effective rotation of opportunities between appropriate Suppliers.  Sustainability and Social Value - ensuring alignment with Customers objectives around sustainability and social value.

Katy Reed

Published 18 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete