Section one: Contracting authority
one.1) Name and addresses
NHS Bath and North East Somerset, Swindon and Wiltshire ICB
Jenner House, Unit E3, Langley Park, Avon Way
Chippenham
SN15 1GG
Contact
Michael Pingstone (SCW)
Country
United Kingdom
Region code
UKK - South West (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://bsw.icb.nhs.uk/contact-us/
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
NHS Gloucestershire ICB
Sanger House, 5220 Valiant Court, Gloucester Business Park, Brockworth
Gloucester
GL3 4FE
Contact
Michael Pingstone (SCW)
Country
United Kingdom
Region code
UKK - South West (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.nhsglos.nhs.uk/about-us/who-we-are-and-what-we-do/contact-us/
Buyer's address
https://health-family.force.com/s/Welcome
one.2) Information about joint procurement
The contract involves 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
Procurement for a Supported IT Platform for Synchronous & Asynchronous Advice & Guidance to NHS Bath and North East Somerset, Swindon and Wiltshire ICB, and NHS Gloucestershire ICB
two.1.2) Main CPV code
- 72261000 - Software support services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Bath and North East Somerset, Swindon and Wiltshire ICB, and NHS Gloucestershire ICB (together referred to as the 'Authority') invite bids from organisations to provide a Synchronous & Asynchronous IT solution for the provision of Advice & Guidance between practitioners and clinicians for use by all NHS bodies and Trusts within their respective Integrated Care Systems.
Advice and Guidance IT platform services are central to the vision outlined in the NHS Long Term Plan of 'one click away' specialist advice and guidance for General Practitioners.
The Authority requires a digital platform solution to support a senior clinician advice and guidance communications system 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.
The contract will be let for an initial period of 3 years, with optional extension of up to a further 2 years, to a maximum total length of 5 years. The value across both Authorities for the initial 3-year term is £2.55 million, and the maximum whole life (5 year) value is £4.25 million. All values provided are inclusive of any non-recoverable VAT.
Bids must be received via the Atamis e-procurement system by no later than midday on 24 October 2022.
This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Authority.
two.1.5) Estimated total value
Value excluding VAT: £4,250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72268000 - Software supply services
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
NHS Bath and North East Somerset, Swindon and Wiltshire ICB, and NHS Gloucestershire ICB (together referred to as the 'Authority') invite bids from organisations to provide a Synchronous & Asynchronous IT solution for the provision of Advice & Guidance between practitioners and clinicians for use by all NHS bodies and Trusts within their respective Integrated Care Systems.
Advice and Guidance IT platform services are central to the vision outlined in the NHS Long Term Plan of 'one click away' specialist advice and guidance for General Practitioners.
The Authority requires a digital platform solution to support a senior clinician advice and guidance communications system 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.
The contract will be let for an initial period of 3 years, with optional extension of up to a further 2 years, to a maximum total length of 5 years. The value across both Authorities for the initial 3-year term is £2.55 million, and the maximum whole life (5 year) value is £4.25 million. All values provided are inclusive of any non-recoverable VAT.
Bids must be received via the Atamis e-procurement system by no later than midday on 24 October 2022.
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: £4,250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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.
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
Applicants will be assessed in accordance with the Public Contracts Regulations 2015 on the basis of information provided in response to the Selection Questionnaire.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Applicants will be assessed in accordance with the Public Contracts Regulations 2015 on the basis of information provided in response to the Selection Questionnaire.
Minimum level(s) of standards possibly required
Applicants will be assessed in accordance with the Public Contracts Regulations 2015. Applicants should refer to further detailed information in the Selection Questionnaire and ITT documentation.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Applicants will be assessed in accordance with the Public Contracts Regulations 2015. Applicants should refer to further detailed information in the Selection Questionnaire and ITT documentation.
Minimum level(s) of standards possibly required
Applicants will be assessed in accordance with the Public Contracts Regulations 2015. Applicants should refer to further detailed information in the Selection Questionnaire and ITT documentation.
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
24 October 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
24 October 2022
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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
In order to submit a bid, you will need to be registered on Atamis and 'express an interest', and then complete a Bid 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.
This Procurement Process will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015.
The Authority is not bound to accept any Bid and is not liable for any costs or expenditure incurred by those expressing an interest or submitting a Bid for this opportunity.
six.4) Procedures for review
six.4.1) Review body
High Court
Technology and Construction Court, 7 Rolls Buildings, Fetter Lane
London
EC4A 1 NL
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Bidders will be notified of a Contract award decision and a standstill period will be observed in accordance with the Public Contracts Regulations 2015 ('Regulations'). At the start of the standstill period, a Contract award notification letter will be sent to each Bidder in accordance with Regulation 86 of the Regulations. Details of the dates of the standstill period will be outlined in the Contract award notification letter. The Regulations provide that aggrieved parties are to take action in the High Court (England and Wales).