Section one: Contracting authority
one.1) Name and addresses
NHS Somerset Integrated Care Board
Wynford House, Lufton Way, Yeovil,
Somerset
BA22 8HR
Contact
Donna Harrington
Country
United Kingdom
Region code
UKK23 - Somerset
NHS Organisation Data Service
11X
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of IT Platform for Referral Management and Advice and Guidance to Somerset Integrated Care Board
Reference number
WA12753
two.1.2) Main CPV code
- 72260000 - Software-related services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Somerset are seeking expressions of interest from organisations to provide an asynchronous and synchronous IT solution for the provision of Advice and Guidance between practitioners and clinicians for use by all within their respective Integrated Care System.
A robust and effective Advice and Guidance digital platform solution is central to the vision outlined in the NHS Long Term Plan of 'one click away' specialist advice and guidance for primary care.
The Commissioner requires the provision to support senior clinician advice and guidance for acute care pre-admission/pre referral communications between Primary care (including community and paramedic staff) and Secondary care for use across both Urgent and Planned Care pathways, and to enable uploading and sending documents and images from mobile devices/laptops to support patient outcome and ease of access to the health care providers.
The contract will be let for an initial period of 2 years, with optional extension of up to a further 2 years, to a maximum total length of 4 years. The value for the initial 1st year term is £252,000 and the maximum whole life (2 year) value is £504,000. All values provided are inclusive of any non-recoverable VAT.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.1.5) Estimated total value
Value excluding VAT: £504,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
NHS Somerset are seeking expressions of interest from organisations to provide an asynchronous and synchronous IT solution for the provision of Advice and Guidance between practitioners and clinicians for use by all within their respective Integrated Care System.
A robust and effective Advice and Guidance digital platform solution is central to the vision outlined in the NHS Long Term Plan of 'one click away' specialist advice and guidance for primary care.
The Commissioner requires the provision to support senior clinician advice and guidance for acute care pre-admission/pre referral communications between Primary care (including community and paramedic staff) and Secondary care for use across both Urgent and Planned Care pathways, and to enable uploading and sending documents and images from mobile devices/laptops to support patient outcome and ease of access to the health care providers.
The solution should utilise and integrate with NHS e-Referral Service, acute and community hospital Patient Administration and Medical record systems and Primary care medical information systems. The solution should utilise a range of quick and simple delivery modes including direct call access to a specialist, ability to send multimedia content (e.g., photographs / documents / scans) and written record of the exchange, with the potential ability to send videos where appropriate. Each mode of delivery should be configurable and adaptable on a specialty basis, with potential for a wider team approach to response. Advice must be made available through this single system which also notifies the requestor when a response is available.
The contract will be let for an initial period of 2 years, with optional extension of up to a further 2 years, to a maximum total length of 4 years.
The value for the initial 1st year term is £252,000 and the maximum whole life (2 year) value is £504,000. All values provided are inclusive of any non-recoverable VAT.
This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Authority.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £504,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will be let for an initial period of 2 years, with optional extension of up to a further 2 years, to a maximum total length of 4 years.
two.2.14) Additional information
The services are subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 February 2023
Local time
1:00pm
Place
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
The services are subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
The contracting authorities will observe the 10 day standstill period described in the Public Contracts Regulations 2015. Unsuccessful Bidders and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/applicant was unsuccessful. Deadlines for lodging appeals should be in accordance with the Regulations
six.4) Procedures for review
six.4.1) Review body
High Court in London
London
Country
United Kingdom