Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 247-615659/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Services
Section I: Contracting authority
I.1) Name and addresses
Official name: NHS Commissioning Board (known as NHS England) (for whom the Health and Social Care Information Centre (known as NHS Digital) is acting as agent)
Postal address: Quarry House, Quarry Hill
Town: Leeds
Postal code: LS2 7UE
Country: United Kingdom
Contact Person: Garry Mitchell
Email: garry.mitchell@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:
to the above mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Digital First, Online Consultation and Video Consultation (DFOCVC) Framework
II.1.2) Main CPV code: 72000000
II.1.3) Type of contract: Services
II.1.4) Short Description: NHS England and NHS Improvement are seeking to establish a new Digital First Online Consultation and Video Consultation framework (DFOCVC), which will operate under the existing digital care services catalogue.
This new framework will replace elements of the existing Dynamic Purchasing System (OJEU contract notice reference: 2020/S 063-151950) and GP IT Futures Framework (OJEU contract notice reference: 2019/S 097-235142) as the preferred framework vehicle for customers to purchase the in-scope services.
In addition to primary care, other health and social care organisations that purchase services via this framework may include, but are not limited to, secondary care providers, community pharmacies, urgent care providers, ambulance trusts, optometry and dentistry providers.
NHSE/I intend to add the provision of general practice medical services to the DFOCVC framework at a later date. See section II.2) for more information.
II.1.5) Estimated total value:
Value excluding VAT: 75000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
48000000, 48180000, 48200000, 48515000, 72000000, 72400000, 85121100, 72500000
II.2.3) Place of performance
Nuts code: UK, UKC, UKD, UKE, UKF, UKG, UKI, UKH, UKJ, UKK, UKM, UKL, UKN
Main site or place of performance:North East (ENGLAND), Yorkshire and the Humber, North West (ENGLAND), East Midlands, West Midlands, East of England, LondonSouth East (ENGLAND), South West (ENGLAND), WALES, SCOTLAND, NORTHERN IRELAND.
II.2.4) Description of the procurement:
NHS England has responsibility for delivery of the NHS Long Term Plan commitment that patients will have the right to digital first primary care by 2023/2024. This work includes the commitment to support online consultation in general practice which began under the GP Forward View.
NHS England is seeking suitably experienced and qualified suppliers to join the Digital First Online Consultation and Video Consultation framework, which will operate under the existing digital care services catalogue. Further information on the catalogue can be found at the following URL:
NHSE/I intend to add the provision of general practice medical services to the DFOCVC framework at a later date under the contractual change process. The addition of the medical services will have the following features:
1) medical services will only be able to be supplied by a supplier to a service recipient that is in receipt of their online and/or video consultation services;
2) the medical services will be subject to additional terms and conditions that are appropriate to their provision;
3) suppliers will be required to provide utilisation reports regarding the provision of the medical services to NHSE/I.
The framework will support NHS England in its delivery of the NHS Long Term Plan commitment that every patient will have the right to be offered digital-first primary care by 2023/2024. The framework will build on from the online consultation programme, which was originally introduced under the GP Forward View and which has been expanded under NHS England’s Dynamic Purchasing system and through digital care services GPIT futures framework. Alignment of the new framework within digital care services catalogue will support NHS England’s ambition to have a sole procurement route for primary care, which will provide a unified set of centrally understood standards.
To support the development of the new framework, the digital care services catalogue authority have developed new capabilities and standards to more accurately reflect the requirements of online and video consultation solutions. Supplier solutions will be required to meet the requirements of the capability and standards model as set out at the following URL:
In addition to primary care, other health and social care organisations that purchase services via this framework may include, but are not limited to: secondary care providers, community pharmacies, urgent care providers, ambulance trusts, optometry and dentistry providers.
This new framework will operate under the existing digital care services catalogue and will replace elements of the existing Dynamic Purchasing System (OJEU contract notice reference: 2020/S 063-151950 and GP IT Futures Framework (OJEU contract notice reference: 2019/S 097-235142) as the preferred framework vehicle for customers to purchase the in-scope services. Purchasing under the framework can be via direct award, on catalogue competition, or off catalogue competition depending on the value of the contract.
The estimated total value for this framework is based on a 36 month duration, noting that the maximum framework end date is 31 March 2024.
The NHS England National and Commercial Procurement Hub (commissioned from the SCW CSU) will facilitate this procurement process for the framework authority.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 75000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
End: 2024-03-31
This contract is subject to renewalyes Description of renewals:The framework authority proposes to award a DFOCVC framework agreement to each of the successful bidders for an initial term of 18 months with a maximum end date of 31 March 2024.
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
IV.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:2020/S 188-455056
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-01-22 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:4(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2021-01-22 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:
The scope of the DFOCVC Framework may be subject to variation throughout its lifetime.
Any such change will be subject to full approval and economic operators will be notified of any such planned changes.
It is envisaged that this framework, once established, will be used by the following public sector bodies (and all successors thereto):
— the National Health Service Commissioning Board (known as NHS England);
— any other health service body as defined at section 9 National Health Service Act 2006, including but not limited to:
— any Clinical Commissioning Group;
— any NHS Trust;
— any special health authority;
— the care quality commission;
— the Secretary of State;
— a local health board;
— NHS Foundation Trusts;
— academic health science networks;
— National Institute for Health and Care Excellence, known as NICE;
— the Health and Social Care Information Centre, known as NHS Digital;
— NHS Improvement (the operational name of Monitor and the National Health Service Trust Development Authority);
— Health Education England and Local Education and Training Boards (LETBs);
— NHS Health Research Authority;
— the Department of Health and Social Care;
— National Institute of Health Research;
— executive agencies of the Department of Health and Social Care including but not limited to Public Health England, the Medicines and Healthcare Products Regulatory Agency;
— arms-length bodies and executive non-departmental public bodies of the Department of Health not otherwise listed above including but not limited to NHS Blood and Transplant, NHS Business Services Authority, NHS Litigation Authority (known as NHS Resolution), the Human Fertilisation and Embryology Authority, and the Human Tissue Authority;
— all local Authorities of England, as defined under section 1 the Local Government Act 2000 including Health and Well Being Boards established by any local authority;
— the Ministry of Justice and its executive agencies including but not limited to Her Majesty’s Prison and Probation Service;
— Health Service of Northern Ireland (HSNI);
— 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
All entities 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) and the Scottish Prison Service detailed at
NHS Bodies in Wales, including (without limitation) the 7 Local Health Boards and the 3 NHS Trusts in Wales www.wales.nhs.uk/nhswalesaboutus/structure;
GP Practices in Wales
This framework may be used by non-contracting authorities to place call-off agreements. These could include for example:
— general practices in England;
— other providers of clinical services in England;
— organisations that fulfil the conditions of Regulation 12 (1) of the Public Contracts Regulations 2015 (commonly known as a ‘Teckal’ where the controlling contracting authority or authorities are one or more of the contracting authorities listed above (and/or a legal person controlled by one or more of the contracting authorities listed above).
This framework may be used by private sector organisations providing health and social care services including but not limited to:
— community pharmacies,
— urgent care providers,
— optometry providers,
— dentistry providers.
The DFOCVC framework agreement shall be accessible to the above-named organisations whether procuring themselves, or on behalf of other such named organisations, or procuring together as members of any joint procurement. The digital buying catalogue will be used to facilitate call-off agreements.
VI.4) Procedures for review
VI.4.1) Review body
Official name: NHS England and NHS Improvement
Postal address: Quarry House, Quarry Hill
Town: Leeds
Postal code: LS2 7UE
Country: United Kingdom
VI.5) Date of dispatch of this notice:2020-12-15