Tender

Provision of IT Platform for Referral Management and Advice and Guidance to Somerset Integrated Care Board

  • NHS Somerset Integrated Care Board

F02: Contract notice

Notice identifier: 2023/S 000-000418

Procurement identifier (OCID): ocds-h6vhtk-03959e

Published 6 January 2023, 2:45pm



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

Email

Donnaharrington@nhs.net

Country

United Kingdom

Region code

UKK23 - Somerset

NHS Organisation Data Service

11X

Internet address(es)

Main address

www.nhssomerset.nhs.uk

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

https://health-family.force.com/s/Welcome.


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