Opportunity

National Pathways Light & 111 Resilience Support Model

  • NHS England

F02: Contract notice

Notice reference: 2022/S 000-029957

Published 24 October 2022, 4:12pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House

Leeds

LS2 7UE

Contact

NHSE Commercial Team

Email

england.commercial@nhs.net

Country

United Kingdom

NUTS code

UKE - Yorkshire and the Humber

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

National Pathways Light & 111 Resilience Support Model

Reference number

C105404

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

There continues to be significant uncertainty around expected demands on the NHS 111 service.

To meet this challenge and alleviate key times of pressures on the core NHS111 service, we intend to contract for two proposed services, which are split into Lots within the ITT:
Lot A: Scalable surge capacity management of those cases that can be taken by a Service Advisor (SA) using current and future Pathways Light modules. (est. £5 - 15m)
Lot B: National Resilience Capacity (core NHS111 model delivered via Health Advisors and Clinicians). (est. £5-10m)

For more information visit https://health-family.force.com/s/Welcome

two.1.5) Estimated total value

Value excluding VAT: £25,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

There continues to be significant uncertainty around expected demands on the NHS 111 service.

To meet this challenge and alleviate key times of pressures on the core NHS111 service, we intend to contract for two proposed services, which are split into Lots within the ITT:
Lot A: Scalable surge capacity management of those cases that can be taken by a Service Advisor (SA) using current and future Pathways Light modules. (est. £5 - 15m)
Lot B: National Resilience Capacity (core NHS111 model delivered via Health Advisors and Clinicians). (est. £5-10m)

For more information visit https://health-family.force.com/s/Welcome

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

12

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

Accelerated procedure

Justification:

Light Touch Regime

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

15 November 2022

Local time

10:00am

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

four.2.7) Conditions for opening of tenders

Date

15 November 2022

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

Email

InternationalRelationsJudicialOffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/

six.4.2) Body responsible for mediation procedures

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

Email

InternationalRelationsJudicialOffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/

six.4.4) Service from which information about the review procedure may be obtained

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

Email

InternationalRelationsJudicialOffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/