Tender

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

  • NHS Bath and North East Somerset, Swindon and Wiltshire ICB
  • NHS Gloucestershire ICB

F02: Contract notice

Notice identifier: 2022/S 000-026775

Procurement identifier (OCID): ocds-h6vhtk-036b35

Published 23 September 2022, 5:25pm



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)

Email

michael.pingstone@nhs.net

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)

Email

michael.pingstone@nhs.net

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

Email

ICC.issue@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/rolls-building-business-and-property-courts-of-england-wales

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).