News

United Kingdom-Leeds: Accountable Care System (ACS) and Sustainability and Transformation Partnerships (STP) Development Partner Framework

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 246-514880/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU тАУ with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: National Health Service Commissioning Board
Postal address: Quarry House
Town: Leeds
Postal code: LS7 2UE
Country: United Kingdom
Email: england.phmsupport@nhs.net
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Health

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Accountable Care System (ACS) and Sustainability and Transformation Partnerships (STP) Development Partner Framework
II.1.2) Main CPV code: 72000000
II.1.3) Type of contract: Services
II.1.4) Short Description: NHS England is looking to establish a framework agreement to provide Participating Authorities with a route to access relevant goods, services and/or technological solutions to supplement the core capabilities of STPs with more advanced innovations and solutions to deliver meaningful, transformational change for patients as envisaged by the 5 Year Forward View. Requirements include:
тАФ Infrastructure: encompassing EPR and place-based digitalization, local health and care record solutions (incl. strategy, implementation support and infrastructure); and ICT infrastructure support and strategic services (incl. Primary Care IT support and cyber-security),
тАФ Insight: informatics, analytics and digital tools to support system planning, assurance and evaluation, care coordination and management and risk and impactable models,
тАФ Impact and Intervention: transformation and change support, patient empowerment and activation; system assurance support and medicines optimisation support.
II.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Digitising care and operational services, including Electronic Patient Record Systems

Lot No:1
II.2.2) Additional CPV code(s)
48180000, 48211000, 48330000, 48400000, 48450000, 48451000, 48482000, 48600000, 48610000, 48611000, 48612000, 48613000, 48614000, 48813100, 48814000, 48814100, 48814200, 48814300, 48814400, 48820000, 48821000, 48822000, 51610000, 51611000, 51611100, 51612000, 72000000, 72100000, 72110000, 72120000, 72140000, 72150000, 72212100, 72212180, 72212211, 72212330, 72212332, 72212482, 72220000, 72221000, 72222000, 72222100, 72222200, 72222300, 72223000, 72224000, 72224100, 72224200, 72225000, 72226000, 72227000, 72228000, 72240000, 72242000, 72245000, 72246000, 72250000, 72251000, 72253000, 72253100, 72253200, 72254000, 72254100, 72260000, 72261000, 72262000, 72263000, 72265000, 72266000, 72267000, 72267100, 72300000, 72310000, 72313000, 72314000, 72315000, 72315100, 72315200, 72316000, 72317000, 72318000, 72320000, 72321000, 72322000, 72330000, 73220000, 79000000, 79421000, 79421100, 79421200, 80511000, 80533000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
The scope of this Lot will include the provision of advice and support on the development and implementation of all aspects of digitizing care records including Electronic Patient Records and provision of clinical systems, hardware, and associated support services.
This Lot will run to a different timetable to the other Lots under this Framework Agreement. Further information on the detailed requirements and timetable for procurement will follow.
Suppliers with a potential interest in this Lot should register for updates at:
тАФ
This Lot may be further divided into lots/sub-lots to be confirmed.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:It is expected that the Framework Agreement will be refreshed regularly (at least annually). Each refresh will be the subject of a new Contract Notice published in OJEU allowing new organizations to bid for a place on the framework from the refresh date. The first refresh process will commence in October 2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Local Health and Care Record solutions (strategy / implementation support)

Lot No:2A
II.2.2) Additional CPV code(s)
72100000, 72110000, 72120000, 72140000, 72150000, 72212100, 72212180, 72212211, 72212330, 72220000, 72221000, 72222000, 72222100, 72222200, 72222300, 72224000, 72224100, 72226000, 72227000, 72228000, 72242000, 72246000, 72251000, 72252000, 72253000, 72253100, 72253200, 72254000, 72254100, 72260000, 72261000, 72262000, 72263000, 72265000, 72266000, 72267000, 72314000, 72315000, 72315100, 72315200, 72317000, 72318000, 72322000, 72330000, 73220000, 79421000, 79421100, 79421200, 80511000, 80533000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Provision of advice and support on the development and implementation of a Local Health and Care Record solution infrastructure and surrounding governance including but not limited to:
тАФ Strategy development: Working with the ACS to develop their local technology architecture and implementation strategy for interoperability and information exchanges including but not limited to governance (including IG advice to ensure all data flows have clearly defined purposes and legal bases), user-centric solution design, making the case for change, engaging key stakeholders, identifying and supporting the commissioner to secure funding, identifying key barriers and designing solutions (for example aligning local processes and adhering to national standards), identifying and mitigating key risks and opportunities, supporting data quality improvement (including but not limited to targeted data quality performance reporting, outreach, education, training and other engagement and support to ensure good data quality practice is applied) and providing a detailed plan for transformation and change.
тАФ Implementation support: Provision of a project management office and dedicated support to ensure that the new Local Health and Care Record infrastructure is implemented effectively. Support includes but is not limited to:
тАФ тАФ supporting and training users,
тАФ тАФ change management (including culture change and business transformation),
тАФ тАФ information governance support (including but not limited to supporting creation and operation of IG policies,
тАФ тАФ capturing and mapping all information assets ensuring GDPR requirements for processing activities are covered; definition of the purposes of data use,
тАФ тАФ Privacy/Data Protection Impact Assessment,
тАФ тАФ creation of data processing agreements, information sharing agreements, and Fair-Processing/Privacy Notices,
тАФ тАФ IG governance and compliance advice and assurance,
тАФ тАФ support for the design, implementation, and maintenance of organizational, process and technical controls that ensure data security and confidentiality), monitoring utilization and identifying opportunities for further improvement, benefits management and realization, call management of services and systems that would have a direct link to the implementation support structure including but not limited to:
тАФ тАФ тАФ third-party suppliers,
тАФ тАФ тАФ NHS care providers,
тАФ тАФ тАФ private care organizations,
тАФ тАФ тАФ local and national infrastructure (N3, CoIN / HSCN), and,
тАФ тАФ тАФ local access services and local care response.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:It is expected that the Framework Agreement will be refreshed regularly (at least annually). Each refresh will be the subject of a new Contract Notice published in OJEU allowing new organizations to bid for a place on the framework from the refresh date.
The first refresh process will commence in October 2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Local Health and Care Records (Infrastructure)

Lot No:2B
II.2.2) Additional CPV code(s)
32410000, 32420000, 32500000, 32580000, 48211000, 48613000, 48814000, 48814100, 48814200, 48814300, 48814400, 48820000, 48821000, 48822000, 51610000, 51611000, 51611100, 51612000, 72212211

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Provision of infrastructure services as an appropriate and secure collection of software, cloud services and/or hardware to enable near real-time integration, exchange and storage of patient data as part of a Local Health and Care Record and which provides appropriate read/write access to patient data by actors across a local economy across multiple organizations and EPR solutions in line with overarching architectural standards as defined by NHS England and NHS Digital.
A Local Health and Care Record will consist of a set of technical capabilities with the precise makeup being determined by each ACS/STP in line with national strategy.
The precise specification and means of delivery of a Local Health and Care Record that maintains patient security and provides linkages to an individualтАЩs data held in other Local Health Care Records in something that will evolve with our pilot sites, so we are open to propositions that use approaches not fully captured in the characteristics below. The specification will evolve with learning from the pilot sites.
The main characteristics of a Local Health and Care Record infrastructure are that they will:
тАФ be designed around user needs,
тАФ enable the delivery of local, longitudinal care records for the delivery of integrated care,
тАФ be interoperable so that information can be shared securely (in line with information governance and cyber-security requirements) as patients move across boundaries,
тАФ support directly and/or enable a comprehensive block and incremental feed to dedicated solutions to support multiple individual patient care management, local population health management and de-identified feeds to non-patient care solutions such as business management and clinical research, and,
тАФ provide data for national purposes such as statutory functions and for accessing data held nationally for wider regional use in a standard format agreed across the regions/nationally where appropriate.
The services of a Local Health and Care Record infrastructure must include:
тАФ shared health and care record,
тАФ accommodation to make information available to non-exchange-capable-providers,
тАФ open APIs,
тАФ master citizen index,
тАФ record location,
тАФ local event management,
тАФ national event management,
тАФ access to Local Health and Care Record,
тАФ federation broker,
тАФ authorization service,
тАФ information sharing agreement,
тАФ terminology and code sets,
тАФ meta-data definitions,
тАФ directory of services,
тАФ cross STP data distribution,
тАФ De-id,
тАФ Re-id,
тАФ audit,
тАФ data landing,
тАФ Personal Health Record (PHR) data exchange,
тАФ patient accounts,
тАФ caseload management and workflow,
тАФ structured medications data.
Full details can be found in the ITT.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:It is expected that the Framework Agreement will be refreshed regularly (at least annually). Each refresh will be the subject of a new Contract Notice published in OJEU allowing new organizations to bid for a place on the framework from the refresh date.
The first refresh process will commence in October 2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: ICT infrastructure support and strategic ICT services, inc. Primary Care IT support and cyber security

Lot No:3
II.2.2) Additional CPV code(s)
30162000, 30200000, 32410000, 32420000, 32500000, 32580000, 48514000, 48710000, 48730000, 48760000, 48820000, 48821000, 48822000, 50324000, 50324100, 51610000, 51611000, 51611100, 51612000, 72000000, 72100000, 72110000, 72120000, 72140000, 72150000, 72212100, 72212211, 72220000, 72221000, 72222000, 72222100, 72222200, 72222300, 72223000, 72224000, 72224100, 72224200, 72225000, 72226000, 72227000, 72228000, 72240000, 72242000, 72246000, 72251000, 72253000, 72253100, 72253200, 72254000, 72254100, 72260000, 72261000, 72263000, 72265000, 72266000, 72267000, 72315000, 72315100, 72315200, 72317000, 72318000, 72540000, 72590000, 72600000, 72610000, 72611000, 72700000, 72710000, 72720000, 72800000, 72810000, 72820000, 72910000, 80511000, 80533000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Provision of ICT infrastructure, strategic ICT support services and ICT outsourcing, including in a Primary Care setting, in line with GP IT best practice and market developments and relevant national guidance (such as the latest GP IT Operating Model, Securing Excellence in GP IT Services and associated CCG Practice Agreement requirements) and other best practice including but not limited to:
тАФ ICT Infrastructure: Provision/sourcing of IT infrastructure including but not limited to network services (including Wi-Fi, HSCN, overlay services such as site to site connections, network monitoring and filtration services,), telephony, IT equipment and specialist advice on commissioning/decommissioning IT systems and aligning / sharing infrastructure.
тАФ Management of infrastructure: Managed IT estates services (n.b. IT assets purchased with NHS capital (e.g. for GP IT) will be retained by the NHS but may be managed by the supplier) including asset management and software licensing support for systems and associated software (e.g. antivirus, encryption etc.), version control and patch management, provision of desktop support/service desk, managed data hosting (including storage and server management), management of third-party providers and integration of third-party goods and services, print management and remote access to the clinical record solutions, including mobile device management.
тАФ IT Systems functionality: Sourcing/provision and ongoing support of IT systems on behalf of the commissioner including but not limited to:
тАФ тАФ NHS Mail,
тАФ тАФ system integration and interoperability,
тАФ тАФ implementation and support of software solutions,
тАФ тАФ remote access solutions and access control and administration,
тАФ тАФ mobile applications development, and,
тАФ тАФ electronic messaging for direct patient communication.
тАФ Support services: Provision of Primary Care Enabling Services for General Practice, Registration Authority (RA) administration and management, NHS Mail Administration, Clinical Safety Officer Support and provision of specialist Information Governance advice and support to ensure that commissioners and providers are advised on how data can be compliantly stored, managed and used in line with the IG Toolkit Level 2 (or equivalent) and the General Data Protection Regulations, National Strategic System Implementation Services (including deployment and implementation support, project and change management support, clinical systems training and systems optimization support), support to improve data quality including delivery of training to improve coding (including in a primary care setting), management of third-party providers and integration of third-party goods and services.
тАФ тАФ cyber-security support: Provision of support to ensure systems are secure and patient data is protected including but not limited to:
тАФ тАФ identification of cyber-security threats,
тАФ тАФ regular penetration testing,
тАФ тАФ disaster recovery and business continuity support services,
тАФ тАФ supporting/implementing critical actions related to CareCERT alerts,
тАФ тАФ supporting/acting on recommendations from cyber security assessments,
тАФ тАФ support the checking of supplier certification (in line with the Department of HealthтАЩs Data Security, and,
тАФ тАФ Protection Requirements) and supporting the management and mitigation of cyber-security risks.
тАФ IT Optimisation, Strategy, and Transformation: Provision of expertise and PMO support to develop and implement local IT Strategies (such as Local Digital Roadmaps), supporting Sustainability and Transformation Partnership (STP) working including but not limited to:
тАФ тАФ providing expert advice on strategy design,
тАФ тАФ development,
тАФ тАФ market development,
тАФ тАФ benefits testing and realization,
тАФ тАФ national and international best practice,
тАФ тАФ information governance,
тАФ тАФ national policy advice,
тАФ тАФ regulations and standards,
тАФ тАФ infrastructure and system architecture design, and,
тАФ тАФ barriers and solutions.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:It is expected that the Framework Agreement will be refreshed regularly (at least annually). Each refresh will be the subject of a new Contract Notice published in OJEU allowing new organizations to bid for a place on the framework from the refresh date.
The first refresh process will commence in October 2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Informatics, analytics and digital tools to support system planning, assurance, evaluation and research

Lot No:4
II.2.2) Additional CPV code(s)
48170000, 48180000, 48332000, 48400000, 48440000, 48441000, 48442000, 48450000, 48451000, 48460000, 48461000, 48462000, 48463000, 48480000, 48482000, 48490000, 48812000, 48814000, 48814100, 48814200, 48814300, 48814400, 48814500, 66171000, 72212100, 72212180, 72212330, 72212460, 72212461, 72212462, 72212463, 72212482, 72212490, 72221000, 72222000, 72222100, 72222200, 72224000, 72224100, 72224200, 72225000, 72227000, 72242000, 72246000, 72250000, 72262000, 72263000, 72265000, 72266000, 72267000, 72267100, 72300000, 72310000, 72313000, 72314000, 72316000, 72322000, 72330000, 73000000, 73200000, 73210000, 73220000, 73300000, 75122000, 79212100, 79330000, 79400000, 79410000, 79411000, 79411100, 79412000, 79414000, 79418000, 79419000, 80511000, 80533000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Provision of informatics and analytics and digital tools to support whole system planning, strategy development, management, assurance and evaluation (cost, quality, clinical outcomes) including but not limited to:
тАФ actuarial analysis and intervention modeling,
тАФ supporting system financial management, quality, and outcomes measurement (including clinical outcomes),
тАФ planning and evaluation need assessment and opportunity analysis, and,
тАФ research tools.
Full details can be found in the ITT.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in days: 48
This contract is subject to renewalyes Description of renewals:It is expected that the Framework Agreement will be refreshed regularly (at least annually). Each refresh will be the subject of a new Contract Notice published in OJEU allowing new organizations to bid for a place on the framework from the refresh date.
The first refresh process will commence in October 2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Informatics, analytics and digital tools to support care coordination and management, risk and impactability models

Lot No:5
II.2.2) Additional CPV code(s)
48180000, 48400000, 48440000, 48441000, 48442000, 48450000, 48451000, 48460000, 48461000, 48462000, 48463000, 48480000, 48482000, 48490000, 48812000, 48814000, 48814100, 48814200, 48814300, 48814400, 48814500, 72212100, 72212180, 72212330, 72212460, 72212461, 72212462, 72212463, 72212482, 72212490, 72221000, 72222000, 72222100, 72222200, 72224000, 72224100, 72224200, 72225000, 72227000, 72242000, 72246000, 72250000, 72262000, 72263000, 72265000, 72266000, 72267000, 72267100, 72300000, 72310000, 72313000, 72314000, 72316000, 72320000, 72321000, 72322000, 72330000, 73000000, 73200000, 73210000, 73220000, 79330000, 79400000, 79410000, 79411000, 79411100, 79412000, 79419000, 80511000, 80533000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Provision of informatics, analytics and digital tools to support care coordination services including but not limited to:
тАФ risk stratification and impactable modeling for early intervention and preventive care:
тАФ тАФ development of predictive risk models tools, algorithms, and analytics capability that can be used to identify the most impactable patients taking into account the wider determinants of health including but not limited to risk modeling of triple fail events over different time periods (e.g. for prediction of unplanned hospital admission over the next 12 months);
risk of developing a bed sore in the next 6 weeks),
тАФ тАФ stratifying populations by allocating risk scores to individuals,
тАФ тАФ impactable modelling to determine the likelihood that a particular patient will benefit from different preventive care interventions (approaches to impactable modelling might include prioritising high-risk patients with a high weighted gap score, one or more ambulatory care sensitive conditions, a high ratio of illness vs complexity and/or data-driven approaches (e.g. using machine learning to predict which patients will benefit most from different preventive interventions),
тАФ тАФ provision of a rules engine to determine eligibility for different preventive interventions based on predicted risk, predicted impactable, undertaking an impact assessment to determine the risk of false positive and false negative results, financial impact assessment (to calculate the return on investment) and equality impact assessment (to ensure that the preventive approach will not inadvertently exacerbate health inequalities).
тАФ Supporting systems for the development of individual care coordination and management: Provision of insight to support how care is managed in near real time. Services include but are not limited to systems and applications which utilise, or extensions to, electronic patient record systems/health information exchanges to flag potential interventions (including through the use of risk algorithms and predictive modelling) and to trigger alerts, analytics to identify optimal patient pathways and flag them to providers of care, analysis and continuous improvement of support tools to evaluate their utilisation, efficacy and impact, flagging of packages of care where the outcomes appear to be suboptimal, capacity management and predictive modelling to plan for and manage surges in demand, robust use of economic models to optimise decision making.
тАФ Services to support clinicians to make faster and better interventions at the point of care with a patient: Development and deployment of services that utilize patient data to support clinical decision making in real time, embedded in clinician workflows. Services include but are not limited to systems and applications which utilize, or are extensions to, electronic patient record systems/health information exchanges to flag potential interventions (including through the use of risk algorithms and predictive modelling) and to trigger alerts when a patientтАЩs condition worsens/is about to worsen, analytics to identify optimal patient pathways and flag them to providers of care and analysis and continuous improvement of support tools to evaluate their utilisation, efficacy, value, and impact.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:It is expected that the Framework Agreement will be refreshed regularly (at least annually). Each refresh will be the subject of a new Contract Notice published in OJEU allowing new organizations to bid for a place on the framework from the refresh date.
The first refresh process will commence in October 2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Transformation and change support

Lot No:6
II.2.2) Additional CPV code(s)
48331000, 48451000, 48931000, 66171000, 72221000, 72222000, 72222100, 72222200, 72224000, 72224100, 72224200, 72225000, 72316000, 73220000, 79000000, 79212110, 79300000, 79310000, 79314000, 79315000, 79320000, 79330000, 79400000, 79410000, 79411000, 79411100, 79412000, 79414000, 79416000, 79416100, 79416200, 79418000, 79419000, 79421000, 79421100, 79421200, 79990000, 79996000, 80511000, 80532000, 80533000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Provision of a range of expert advice, analysis, transformational and change management capability to design and build the necessary infrastructure for an ACS / STP function effectively. Services include but are not limited to:
тАв Patient pathway optimisation and care model design.
тАв Specialist advice on organisational redesign, governance and payment and contract reform.
тАв Communications and engagement.
тАв Workforce and leadership development support including but not limited to:
тАФ Transformational workforce planning,
тАФ Workforce development,
тАФ System leadership development,
тАФ System leadership support.
тАв Scaling innovation.
тАв Primary Care at scale support.
Full details can be found in the ITT.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:It is expected that the Framework Agreement will be refreshed regularly (at least annually). Each refresh will be the subject of a new Contract Notice published in OJEU allowing new organisations to bid for a place on the framework from the refresh date. The first refresh process will commence in October 2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Patient empowerment and activation

Lot No:7
II.2.2) Additional CPV code(s)
48400000, 48462000, 48482000, 48490000, 48814000, 48814100, 48814200, 48814300, 48814400, 48931000, 72000000, 72100000, 72110000, 72120000, 72212100, 72212180, 72212211, 72220000, 72224000, 72224100, 72227000, 72246000, 72250000, 72254000, 72254100, 72260000, 72261000, 72262000, 72263000, 72265000, 72266000, 72267000, 72313000, 72316000, 72330000, 73000000, 73200000, 73210000, 73220000, 73300000, 79000000, 79400000, 79410000, 79411000, 79411100, 79412000, 79416000, 79418000, 79419000, 79421000, 79421100, 79421200, 80511000, 80533000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Provision of services to support the implementation of shared decision making, self-care programmes (including social prescribing and innovative technologies and associated wrap around support), and personal health budgets & integrated personal commissioning through sharing information with care providers remotely to enable the activation and empowerment of individuals to more effectively manage their own health, care and wellbeing. These products and services will enable people to live with greater independence, confidence and safety, and in many cases reduce the need for unplanned care.
тАв Support for implementing shared decision making.
тАв Support for implementing self-care programmes (including social prescribing and innovative digital and remote technologies and e-consultations).
тАв Identification of patients for intervention.
тАв Advisory services participation.
тАв Implementation services.
тАв Patient portals.
Support for implementing Personal Health Budgets and Integrated Personalised Commissioning support тАУ Services include but are not limited to:
тАв IT solutions to support integrated personal commissioning and Personal Health Budgets.
тАв Care planning.
тАв System redesign.
тАв Implementation support and management.
Full details can be found in the ITT.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:It is expected that the Framework Agreement will be refreshed regularly (at least annually). Each refresh will be the subject of a new Contract Notice published in OJEU allowing new organisations to bid for a place on the framework from the refresh date. The first refresh process will commence in October 2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Demand management and capacity planning support

Lot No:8
II.2.2) Additional CPV code(s)
48170000, 48180000, 48211000, 48331000, 48332000, 48400000, 48450000, 48451000, 48460000, 48461000, 48462000, 48463000, 48480000, 48482000, 48613000, 48813100, 48814000, 48814100, 48814200, 48814300, 48814400, 48931000, 72000000, 72100000, 72110000, 72120000, 72140000, 72150000, 72212180, 72212211, 72212330, 72212332, 72220000, 72221000, 72222000, 72222100, 72222200, 72222300, 72223000, 72224000, 72224100, 72224200, 72225000, 72226000, 72227000, 72228000, 72240000, 72242000, 72245000, 72246000, 72250000, 72251000, 72253000, 72253100, 72253200, 72263000, 72265000, 72266000, 72267000, 72300000, 72310000, 72313000, 72314000, 72316000, 72318000, 72322000, 73220000, 79400000, 79410000, 79411000, 79411100, 79412000, 79414000, 79418000, 79421000, 79421100, 79421200, 80511000, 80533000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Provision of services to support smooth transition into, through, out of and between organisations (including by provision of command centres) in a local health system ensuring patients are treated in the most appropriate setting and minimising the amount of time patients wait before transitioning between care settings. Whilst analytical services are an important enabler, these services are intended to provide practical day-to-day support to ACS / STP in mapping, forecasting, managing and ultimately shaping and redirecting patient flows, necessitating different infrastructure, organisational collaboration, skills and tools.
Services include but are not limited to:
тАв Alignment and co-ordination of transfer of care.
тАв Integrated discharge planning.
тАв Forecasting demand and patient flows in the short term across different care settings.
тАв Forecasting underlying demand in the medium to long term.
тАв Advice on / provision of a patient level care co-ordination function.
тАв Coordination of care provision within and between organisations.
Full details can be found in the ITT.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:It is expected that the Framework Agreement will be refreshed regularly (at least annually). Each refresh will be the subject of a new Contract Notice published in OJEU allowing new organisations to bid for a place on the framework from the refresh date. The first refresh process will commence in October 2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: System assurance support

Lot No:9
II.2.2) Additional CPV code(s)
48170000, 48400000, 48440000, 48441000, 48442000, 48450000, 48451000, 48460000, 48461000, 48462000, 48463000, 48480000, 48482000, 48490000, 48812000, 48814000, 48814100, 48814200, 48814300, 48814400, 72212180, 72212482, 72220000, 72221000, 72222000, 72222100, 72222200, 72222300, 72224000, 72224200, 72225000, 72226000, 72245000, 72246000, 72250000, 72251000, 72261000, 72263000, 72265000, 72266000, 72267000, 72267100, 72313000, 72314000, 72316000, 72318000, 72330000, 72591000, 73220000, 75122000, 79000000, 79200000, 79210000, 79211000, 79211100, 79211110, 79211120, 79211200, 79212000, 79212100, 79212110, 79212200, 79212300, 79212400, 79212500, 79300000, 79310000, 79314000, 79315000, 79320000, 79330000, 79400000, 79410000, 79411000, 79411100, 79412000, 79414000, 79418000, 79419000, 79421000, 79421100, 79421200, 79990000, 80511000, 80532000, 80533000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Provision of services to measure, benchmark, model against and support the system to manage quality, cost and clinical outcomes (both analytics and other multidisciplinary skills to provide additional necessary capacity), including but not limited to:
тАв Provider relationship management and supply chain support.
тАв Financial and quality measurement and assurance.
тАв Provider modernisation and transformation.
Full details can be found in the ITT.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:It is expected that the Framework Agreement will be refreshed regularly (at least annually). Each refresh will be the subject of a new Contract Notice published in OJEU allowing new organisations to bid for a place on the framework from the refresh date. The first refresh process will commence in October 2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Medicines optimisation support

Lot No:10
II.2.2) Additional CPV code(s)
48180000, 48482000, 48490000, 48814000, 48814200, 48814400, 72221000, 73220000, 79000000, 79400000, 79410000, 79411000, 79418000, 79419000, 80511000, 80533000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Provision of expert medicines management and optimisation support to develop, implement and deliver a strategy to deliver improved outcomes from medicines. The services encompass:
тАв Engagement with patients and the public to better understand how local services can support patients to get more from their medicines.
тАв Improving commissioner understanding of the systems around medication use and procurement as well as the value from the investment in medicines through communications and education.
тАв Working with patients to improve adherence: an improved experience of medicine taking for patients, securing greater value for money from medicines expenditure. This includes disease and therapeutic management programmes that involve outreach and education to high risk or high cost patients.
тАв Improving medication safety including a demonstrable reduction in harm from medication errors.
тАв Engagement across the system to improve governance and utilisation of medicines and reduce medication waste and variation in practice (including community pharmacy, care homes, hospital trusts, the Pharmaceutical Industry and others).
тАв More effective use of non-GP personnel e.g. pharmacists. Particularly enhancing the multi-disciplinary team by commissioning and utilising the best skill mix including community pharmacists.
тАв Clinical programmes including: prescribing efficiently through switching to biosimilar alternatives; reduction in inappropriate polypharmacy; improving safety, e.g. flagging of potential adverse effects from prescribed combinations of pharmaceuticals; improve Formulary Management: standardised formulary and dosing, tiered formularies; medicines reconciliation and transfer of care.
тАв Work with physicians to improve drug therapy: relationship building, prescriber enablement and education programmes to initiate behaviour change e.g. the prescribing of drugs with low clinical value, prescribing to counter antimicrobial resistance.
тАв Integrate and analyse data in new ways: utilisation of data at population and patient level to identify the risk of incorrect / incomplete medication use and undertake a targeted intervention/ enablement programme.
тАв Effective use and integration of a range of data sources to identify real world efficiencies, quality improvements and outcomes in the way medicines are used locally and nationally to identify value and best practice.
тАв Supporting prescribers at point of care through tools, technology, data and information e.g. decision support and population health analytics.
тАв Reporting and analytics on outcomes delivered through the use of medicines.
тАв Support alignment of incentives and contracts to drive the optimal use of medicines both in primary and secondary care e.g. prescribing incentive schemes including risk and gain share.
тАв Integration of medicines management and optimisation into the wider system for clinical support and managing total cost of care.
тАв Business intelligence and data visualisation to identify trends and variance as well as to identify opportunities for medicines optimisation and to track provider performance.
тАв Working with the pharmaceutical industry including primary and secondary care rebate schemes.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:It is expected that the Framework Agreement will be refreshed regularly (at least annually). Each refresh will be the subject of a new Contract Notice published in OJEU allowing new organisations to bid for a place on the framework from the refresh date. The first refresh process will commence in October 2018.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:See ITT documentation for further information.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability:
List and brief description of selection criteria: As set out in the ITT, which is available in the address stated in Section VI.

Minimum level(s) of standards possibly required:As set out in the ITT, which is available in the address stated in Section VI.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.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:
N/AIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2017/S 207-427840
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-02-23 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2018-02-23 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
1) NHS England as a Contracting Authority intends to establish a framework agreement (to be known initially as тАЬthe ACS and STP Development Partner FrameworkтАЭ and referred to in this Notice as the тАЬFramework AgreementтАЭ) for use by or on behalf of itself and other UK public sector bodies in England, Scotland, Wales and Northern Ireland (including any future successor organisation(s) to the functions exercised by any such organisation(s)). It is also anticipated that non-Contracting Authorities will be permitted to access the Framework Agreement.
The Framework Agreement may be accessed by the public sector bodies listed within the ITT documents, to the extent that they are engaged in the management and/or support of the health, care and/or wellbeing of populations within the UK or for which they are responsible.
2) Reference to health and/or social care services within this Notice and the ITT documentation includes but is not limited to; primary care services, secondary care services, mental health services, community care services, tertiary care services, social care services and public health services.
3. Any interested suppliers will be required to register via our online portal at , (Project Reference: tender_1550 тАУ ACS & STP Development Partner Framework) where the ITT documents for each Lot will be accessible. Interested suppliers will be required to register separately for each Lot for which they are interested in bidding. This portal will be the channel used for issue of further information relating to this ITT.
4) The estimated value for each Lot under this Framework Agreement is currently being estimated. Further information will be shared with interested suppliers regarding the value of opportunities as this becomes available.
5) It is expected that the Framework Agreement will be refreshed regularly (at least annually) starting in October 2018. Each refresh will be the subject of a new Contract Notice published in OJEU allowing new organizations to bid for a place on the framework from the refresh date. For existing accredited entities, the refresh process will be streamlined to ensure previous accredited capabilities can be swiftly carried forward.
6) This Framework Agreement will be awarded for 4 years. However from the point that the Framework Agreement is refreshed, the existing Framework Agreement will no longer be accessible to Participating Authorities who have not yet started a further competition. Any new further competitions will be conducted under the latest refreshed framework. Further competitions that have commenced prior to a refresh date may be concluded.
7) It is anticipated that where the call-off requirements of a participating framework customer fall under more than one Lot, that Suppliers of those lots will be able to submit a bid with another accredited supplier or suppliers on the Framework Agreement where combination the suppliers are appointed to all the relevant Lots. This will strengthen and streamline the response to customers of the framework. When submitting any such bid the Supplier and such suppliers shall do so either:
тАФ as co-bidders, and such suppliers will be jointly and severally liable for each and every obligation and liability under the relevant Call-Off Contract, or,
тАФ with one of the suppliers as a prime contractor (contracting with the relevant procuring customer) and subcontracting obligations to the other suppliers as their sub-contractors
8) For the avoidance of doubt, any suppliers submitting a joint bid must have been appointed to the Framework Agreement for the relevant lots which they are to provide in the relevant bid submitted. No supplier shall be allowed to deliver services and capabilities that they have not been accredited to do so.
VI.4) Procedures for review
VI.4.1) Review body
Official name: See VI.4.3
Town: See VI.4.3
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will incorporate a minimum 10-day standstill period at the point information on the decision to award the contract is communicated to bidders.
Any bidder wishing to appeal the decision to award the contract, or after the award of the contract appeal the contract, shall have the rights set out in Part 3 of the Public Contracts Regulations 2015.

VI.5) Date of dispatch of this notice:2017-12-19

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy