Section one: Contracting authority
one.1) Name and addresses
NHS England
1st Floor, Quarry House, Quarry Hill
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
Digital Pathways Framework
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS England is establishing a framework agreement for the provision of Digital Pathways solutions and associated capabilities for primary care IT, and which utilises a refreshed set of solution capability requirements.
The scope of the Digital Pathways services and systems covers the following Capabilities (as more particularly described https://gpitbjss.atlassian.net/wiki/spaces/DPL/overview):
• Care Navigation – supporting the ability to get patients the right support at the right time to help manage a range of needs.
• Online Consultations and Online Patient/Service User Request Reporting – supporting the provision of data collection, reporting and display (‘dashboard’).
• Online Patient/Service User Request – supporting the ability to raise and respond to administrative requests from Patients (or their representative) or a Service User.
• Online Patient/Service User Consultation – supporting the interaction between a patient (or their representative) and a Service User, including requests for support, capturing information on behalf of a patient and verifying their details.
• Cross-Organisational – Appointment Booking – enabling appointments for patients and service users to be booked by health/care professionals across organisational boundaries.
• Prescription Ordering – Citizen – enables Patients to request for a repeat medication (recorded in the ‘Prescribing’ capability) to be issued online.
• Video Consultation – enables Health or Care Professionals to conduct secure live remote Video Consultations with individual or groups of Patients/Service Users, ensuring they can receive support relating to healthcare concerns when a Video Consultation is most appropriate.
• View Record – Citizen - enables Citizens to view content from their Electronic Patient Record (EPR) online (to integrate with ‘Patient Information Maintenance - GP Solution’ capability).
• Communication Management – supports the delivery of communications to recipients.
The Atamis project reference for this opportunity is C193795.
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
The full tender suite is available via the portal once registered.
Should Tenderers have any problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
two.1.5) Estimated total value
Value excluding VAT: £297,600,060
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48180000 - Medical software package
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Open Procedure
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: £297,600,060
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
24 January 2024
End date
23 January 2028
This contract is subject to renewal
Yes
Description of renewals
12 months initial term, if Condition Precedents are met an automatic extension for 36 months
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to contract documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
This will not exceed 4 years
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
16 November 2023
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
17 November 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Digital Pathways Framework Agreement may be used by the following:
the Ministry of Justice and its executive agencies;
the Ministry of Defence and its executive agencies;
entities from any divisions of the Home Office;
Health Service of Northern Ireland;
Department of Health, Social Services and Public Safety (Northern Ireland);
Health and Social Care Board of Northern Ireland;
Health Agencies in Northern Ireland;
the Business Services Organisation;
any entity constituted pursuant to the National Health Service (Scotland) Act
1978 (i.e. all NHS Scotland Health Boards, Special Health Boards and the Common
Services Agency), independent contractors to NHS Scotland (i.e. general medical
practitioners (GPs)) and the Scottish Prison Service detailed at
http://www.show.scot.nhs.uk/organisations/index.aspx;
NHS Bodies in Wales and these include (without limitation) the 7 Local Health
Boards and the 3 NHS Trusts in Wales; or
GP Practices in Wales (http://howis.wales.nhs.uk/whtn/)
Please note that NHS England reserves the right to amend any of the dates and other aspects of the procurement process, as described in section 5.2.2 and 5.2.9.18 of the ITT.
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.4.4) 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