Tender

Digital End-To-End Patient Management Solution for Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

  • NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

F02: Contract notice

Notice identifier: 2024/S 000-025465

Procurement identifier (OCID): ocds-h6vhtk-0489fd

Published 12 August 2024, 3:47pm



The closing date and time has been changed to:

12 September 2024 - no time specified

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

Jenner House, Unit E3, Langley Park, Avon Way

Chippenham

SN15 1GG

Contact

Donna Harrington

Email

donnaharrington@nhs.net

Country

United Kingdom

Region code

UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

NHS Organisation Data Service

92G

Internet address(es)

Main address

https://bsw.icb.nhs.uk

Buyer's address

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

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

Digital End-To-End Patient Management Solution for Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

Reference number

C283073 / WA14054

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

Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board are seeking commissioner a digitalised end to end patient management system to support the referrals, assessment, approval, contracting, payment and case management of NHS funded care packages. Information is required to seamlessly flow between processes by connecting the entire lifecycle into one platform and through an enforced digital workflow. The system needs to facilitate the services to deliver enhanced transformation and is expected to become the primary source of record keeping for all aspects connected with individuals receiving NHS funding.

The ICB manages an active caseload of around 3,000 individuals across AACC, FNC, ABI, Personal Health Budgets, Mental Health, and Learning Disabilities. The caseload includes both adults and children and fully funded and joint packages of care. It is clear with this caseload, and the inherent complexities associated with the services, that an efficient and effective digital system is essential.

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, as well as other clinical pathways for example Acquired Brain Injury, Mental Health, and Specialist Placements.

Enabling better integration between systems across Health and Social Care is also critical. These services cover and links many elements of the health and social care system. Therefore, interoperability is of paramount importance, allowing for the ICB 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 contract term will be for 3 years with an optional extension of any period up to 2 years.

The contract value is £250,000 per annum giving a maximum contract value of £750,000 for the initial contract period and £1,250,000 if the full extension period is adopted.

It is expected that the system will be live from 1st April 2025.

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: £1,250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72300000 - Data services

two.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

two.2.4) Description of the procurement

Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board are seeking commissioner a digitalised end to end patient management system to support the referrals, assessment, approval, contracting, payment and case management of NHS funded care packages. Information is required to seamlessly flow between processes by connecting the entire lifecycle into one platform and through an enforced digital workflow. The system needs to facilitate the services to deliver enhanced transformation and is expected to become the primary source of record keeping for all aspects connected with individuals receiving NHS funding.

The ICB manages an active caseload of around 3,000 individuals across AACC, FNC, ABI, Personal Health Budgets, Mental Health, and Learning Disabilities. The caseload includes both adults and children and fully funded and joint packages of care. It is clear with this caseload, and the inherent complexities associated with the services, that an efficient and effective digital system is essential.

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, as well as other clinical pathways for example Acquired Brain Injury, Mental Health, and Specialist Placements.

Enabling better integration between systems across Health and Social Care is also critical. These services cover and links many elements of the health and social care system. Therefore, interoperability is of paramount importance, allowing for the ICB 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 contract term will be for 3 years with an optional extension of any period up to 2 years.

The contract value is £250,000 per annum giving a maximum contract value of £750,000 for the initial contract period and £1,250,000 if the full extension period is adopted.

It is expected that the system will be live from 1st April 2025.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

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

36

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 period includes an optional extension of up to 24 months.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

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: No

four.2) Administrative information

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

Originally published as:

Date

10 September 2024

Local time

12:00pm

Changed to:

Date

12 September 2024

See the change notice.

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

10 September 2024

Local time

1:00pm


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