Opportunity

Continuing Healthcare Digital End-To-End Person Management System for NHS Somerset Integrated Care Board

  • NHS Somerset Integrated Care Board

F02: Contract notice

Notice reference: 2024/S 000-007506

Published 8 March 2024, 12:36pm



Section one: Contracting authority

one.1) Name and addresses

NHS Somerset Integrated Care Board

Wynford House, Lufton Way

Yeovil, Somerset

BA22 8HR

Contact

Samantha Phillips

Email

samantha.phillips31@nhs.net

Country

United Kingdom

NUTS code

UKK23 - Somerset

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://nhssomerset.nhs.uk/

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

Tenders or requests to participate must be submitted to the above-mentioned address

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

Continuing Healthcare Digital End-To-End Person Management System for NHS Somerset Integrated Care Board

Reference number

C247636 / WA15045

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Somerset Integrated Care Board (ICB) is looking to procure a digitalised Continuing Healthcare (CHC) end-to-end person management digital system, where information seamlessly flows between processes by connecting the entire lifecycle into one platform. The system needs to facilitate the services to deliver enhanced transformation across all spectrums of the service.

Somerset's CHC Service provides high quality, safe care to Somerset's most vulnerable Adults and Children, and currently has a combined active caseload of around 1,400 individuals. The ICB is seeking an efficient and effective digital system to manage the caseload and the inherent complexities associated with the services.

One of the key requirements for a new system will be the need for it to be sufficiently flexible to support a wide range of services outside the traditional CHC / Funded Nursing Care (FNC) / Fast Track (FT) / Continuing Care (CC) agenda. Service wide transformation will be implemented across all areas including clinical, business, performance, finance and contracting and commissioning.

Enabling better integration between systems across Health and Social Care is also critical. CHC is a unique service as it covers and links many elements of the health and social care system. Therefore, interoperability is of paramount importance, allowing for the CHC service and wider Health and Social Care teams to share and view records. This will support improved accessibility and visibility of data which in turn will enable more efficient and streamlined workflows for all teams and a better person experience.

The Commissioner has a maximum financial envelope available of £200,000 per annum, including VAT. The total maximum contract value for the 3-year Contract is £600,000 and including VAT. At the end of the initial contract term the Commissioner will have an extension option for a further 1 year (1 x 12 month) period available which will be awarded at their discretion, giving a maximum possible contract value of £800,000 inclusive of VAT, over 4 years if the full contract term is fulfilled.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of NHS Somerset Integrated Care Board.

Atamis: Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

Bids must be received via the Atamis e-procurement system by no later than midday 10th April 2024

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72310000 - Data-processing services
  • 72320000 - Database services

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset

two.2.4) Description of the procurement

NHS Somerset Integrated Care Board (ICB) is looking to procure a digitalised Continuing Healthcare (CHC) end-to-end person management digital system, where information seamlessly flows between processes by connecting the entire lifecycle into one platform. The system needs to facilitate the services to deliver enhanced transformation across all spectrums of the service.

Somerset's CHC Service provides high quality, safe care to Somerset's most vulnerable Adults and Children, and currently has a combined active caseload of around 1,400 individuals. The ICB is seeking an efficient and effective digital system to manage the caseload and the inherent complexities associated with the services.

One of the key requirements for a new system will be the need for it to be sufficiently flexible to support a wide range of services outside the traditional CHC / Funded Nursing Care (FNC) / Fast Track (FT) / Continuing Care (CC) agenda. Service wide transformation will be implemented across all areas including clinical, business, performance, finance and contracting and commissioning.

Enabling better integration between systems across Health and Social Care is also critical. CHC is a unique service as it covers and links many elements of the health and social care system. Therefore, interoperability is of paramount importance, allowing for the CHC service and wider Health and Social Care teams to share and view records. This will support improved accessibility and visibility of data which in turn will enable more efficient and streamlined workflows for all teams and a better person experience.

The Commissioner has a maximum financial envelope available of £200,000 per annum, including VAT. The total maximum contract value for the 3-year Contract is £600,000 and including VAT. At the end of the initial contract term the Commissioner will have an extension option for a further 1 year (1 x 12 month) period available which will be awarded at their discretion, giving a maximum possible contract value of £800,000 inclusive of VAT, over 4 years if the full contract term is fulfilled.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of NHS Somerset Integrated Care Board.

Atamis: Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

Bids must be received via the Atamis e-procurement system by no later than midday 10th April 2024

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: £800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

As stated in the procurement documents.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents.


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 April 2024

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

10 April 2024

Local time

12:30pm


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.

Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.

If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

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.

six.4) Procedures for review

six.4.1) Review body

High Court in London

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.