Opportunity

Procurement for the provision of a Framework Agreement for Digital Flexible Pools for the deployment of sessional clinical capacity in primary care to NHS England

  • NHS England

F02: Contract notice

Notice reference: 2022/S 000-016679

Published 17 June 2022, 1:33pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Michael Pingstone

Email

Scwcsu.procurement@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.england.nhs.uk/

Buyer's address

https://www.england.nhs.uk/

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Procurement for the provision of a Framework Agreement for Digital Flexible Pools for the deployment of sessional clinical capacity in primary care to NHS England

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England is conducting a framework procurement to implement Digital Flexible Pools for the deployment of sessional clinical capacity in primary care.

Suppliers are invited to offer a digital solution, deployable in local areas of the country, which enable practices to post available sessions, with individuals easily indicating their availability and selecting sessions that suit them.

The procurement will be awarded as a framework for the use of Integrated Care Boards (ICBs) Clinical Commissioning Groups (CCGs), Primary Care Networks (PCNs) and other relevant Authorities as defined within the tender documentation, and it is anticipated that a maximum of 8 suppliers will be awarded contracts. The framework will be for an initial duration of 24 months, with a possible extension of a further 24 months.

Interested suppliers will be able to view the tender opportunity via the Atamis website and express interest by no later than 9am on 21st July 2022.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79624000 - Supply services of nursing personnel
  • 79625000 - Supply services of medical personnel
  • 72212100 - Industry specific software development services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

NHS England is conducting a framework procurement to implement Digital Flexible Pools for the deployment of sessional clinical capacity in primary care. This supports the delivery of Primary Care Flexible Staff Pools and will provide increased support to local systems in deploying their workforce.

Suppliers are invited to offer a digital solution, deployable in local areas of the country, which enables practices to post available sessions, with individuals easily indicating their availability and selecting sessions that suit them. The digital solution must be able to make or facilitate payments to the sessional clinicians and process payment information to a GP Practice. The digital solution must be able to meet the requirements as outlined in the service specification.

Primarily Digital Flexible Pools will focus on the deployment of GPs, but will also be required to support the deployment of other sessional clinical and sessional non-clinical primary care roles as required locally.

The service will be awarded as a framework for the use of Integrated Care Boards (ICBs) Clinical Commissioning Groups (CCGs), Primary Care Networks (PCNs) and other relevant Authorities as defined within the tender documentation, and it is anticipated that a maximum of 8 suppliers will be awarded contracts. The framework will be for an initial duration of 24 months, with a possible extension of a further 24 months.

The procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of NHS England. Interested suppliers will be able to view the tender opportunity via the Atamis website.

To access the tender documentation suppliers will need to 'express an interest' and register on the Atamis system. Bidders are required to respond directly within Atamis and attach any requested documents separately in the placeholders provided by the specified date and time of no later than 9am on 21st July 2022.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 8

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

21 July 2022

Local time

9:00am

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 June 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This Framework Agreement is for the use of NHS England, Integrated Commissioning Boards, Clinical Commissioning Groups, NHS Trusts, NHS Special Health Authorities and all other NHS organisations as found at the following address and updated from time to time.
https://www.nhs.uk/ServiceDirectories/Pages/NHSTrustListing.aspx

Interested suppliers will be able to view this notice via the 'current tenders' list on the e-procurement system Atamis, available on the following link:

In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents.

On registration, please include at least two contacts to allow for access to the system in times of absence.

The services are deemed to be 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 authority intends to observe the provisions and 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

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals