Section one: Contracting authority
one.1) Name and addresses
NHS England
Quarry House
Leeds
LS2 7UE
Contact
NHSE Commercial Team
Country
United Kingdom
NUTS code
UKE - Yorkshire and the Humber
Internet address(es)
Main address
Buyer's address
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
InternationalRelationsJudicialOffice@judiciary.uk
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
InternationalRelationsJudicialOffice@judiciary.uk
Country
United Kingdom
Internet address
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
InternationalRelationsJudicialOffice@judiciary.uk
Country
United Kingdom