Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  NHS England
  NHS England
  Quarry House, Quarry Hill
  Leeds
  LS2 7UE
  UK
  
            Contact person: Garry Mitchell
  
            Telephone: +44 7786275627
  
            E-mail: commercial.procurementhub@nhs.net
  
            NUTS: UK
  Internet address(es)
  
              Main address: https://www.england.nhs.uk
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://atamis-1928.my.site.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://atamis-1928.my.site.com/s/Welcome
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
NHS England - Dynamic Purchasing System for the Provision of Lloyd George Record Digitialisation Services
            Reference number: NHSE/DPS/00001
  II.1.2) Main CPV code
  79999100
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  NHS England (NHSE) are seeking to extend the existing DPS to support the national approach to the digitisation of Lloyd George records in GP practices. Corresponding TED notice reference is 2020/S 027-063375 published on 7 August 2020.
  The National Commercial & Procurement Hub (on behalf of NHSE) is seeking suitably experienced and qualified suppliers to join a Dynamic Purchasing System (DPS) as the vehicle for the procurement of digitisation services for NHS Integrated Care Boards (ICB's), and other Contracting Authorities identified on a regional or local basis.
  The DPS will be divided into three Categories (Lots):
  Lot 1 Scanning services
  Lot 2 Integration with foundation clinical system
  Lot 3 Scanning services/integration with foundation clinical system (being the aggregate subject-matter of Lots 1 and 2).
  Suppliers interested in performing the services covered by both Lots 1 and 2, may apply for Lot 3 in addition to applying for both Lots 1 and 2.
  The awarding of specific contracts will be via invitation to tender to Suppliers listed on the established DPS.
  Contracting Authorities will be able to use the DPS to award specific contracts by inviting suppliers listed to compete via an ITT. 
  Full details and procurement documents can be found on Atamis after supplier registration by accessing via the reference and link below.
  DPS for digitisation of Lloyd George records
  Reference C299199
  https://atamis-1928.my.site.com/s/Welcome
  II.1.5) Estimated total value
  Value excluding VAT: 
			90 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  Tenders may be submitted for all lots
  
                Maximum number of lots that may be awarded to one tenderer: 3
 
II.2) Description
  
          Lot No: 1
  
    II.2.1) Title
    Scanning Services
    II.2.2) Additional CPV code(s)
    60000000
    63121100
    72317000
    72512000
    79996100
    92512100
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    Lot 1 is for scanning services which includes the end to end process of collection of records, scanning, quality assurance, and destruction (see specification for full details).
    Contracting Authorities will be able to use the DPS to award specific contracts by inviting suppliers listed to compete via an ITT. 
    The estimated total value is £90m split across the 3 lots. Contract values for each lot will vary according to the Lots that Contracting Authorities select to use. The estimated total maximum value for the duration of the extension for Lot 1 is £75m.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			75 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 24
    
                  This contract is subject to renewal: No
                
    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:
            
              Yes
            
    Description of options:
    Further Lots may be added to support the national roll out of Lloyd George, extension to other UK countries or other types of medical records scanning e.g. hospital records. Please refer to the accompanying Memorandum of Information for more detail as to the actual and potential scope of the DPS.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 2
  
    II.2.1) Title
    Integration with Foundation Clinical System
    II.2.2) Additional CPV code(s)
    48613000
    48814400
    72512000
    79996100
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    Lot 2 - integration with foundation clinical system requires either:
    • the upload of the digital LG records directly to the patient record in the GP practice clinical system; or
    • store the digital LG records in an e-cloud hosted solution and provide a link to the digital file from within the patient record in the GP practice clinical system.
    Contracting Authorities will be able to use the DPS to award specific contracts by inviting suppliers listed to compete via an ITT. 
    The estimated total value is £90m split across the 3 lots. Contract values for each lot will vary according to the Lots that Contracting Authorities select to use. The estimated total maximum value for the duration of the extension for Lot 2 is £17.5m.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			17 500 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 24
    
                  This contract is subject to renewal: No
                
    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:
            
              Yes
            
    Description of options:
    Further Lots may be added to support the national roll out of Lloyd George, extension to other UK countries or other types of medical records scanning e.g. hospital records. Please refer to the accompanying Memorandum of Information for more detail as to the actual and potential scope of the DPS.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 3
  
    II.2.1) Title
    Scanning Services and Integration with Clinical Foundation System
    II.2.2) Additional CPV code(s)
    48613000
    48814400
    60000000
    63121000
    72317000
    72512000
    79996100
    92512100
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    Lot 3 is for:
    • scanning services which includes the end to end process of collection of records, scanning, quality assurance, and destruction (see specification for full details); and
    • integration with foundation clinical system which requires either:
    o the upload of the digital LG records directly to the patient record in the GP practice clinical system; or
    o store the digital LG records in an e-cloud hosted solution and provide a link to the digital file from within the patient record in the GP practice clinical system.
    Contracting Authorities will be able to use the DPS to award specific contracts by inviting suppliers listed to compete via an ITT. 
    The estimated total value is £90m split across the 3 lots. Contract values for each lot will vary according to the Lots that Contracting Authorities select to use. The estimated total maximum value for the duration of the extension for Lot 3 is £90m.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			90 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 24
    
                  This contract is subject to renewal: No
                
    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:
            
              Yes
            
    Description of options:
    Further Lots may be added to support the national roll out of Lloyd George, extension to other UK countries or other types of medical records scanning e.g. hospital records. Please refer to the accompanying Memorandum of Information for more detail as to the actual and potential scope of the DPS.
    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 Selection Questionnaire
  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
 
III.2) Conditions related to the contract
  III.2.1) Information about a particular profession
  
                  Participation is reserved to a particular profession: Yes
                
  III.2.3) Information about staff responsible for the performance of the contract
  Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Restricted procedure
                        
  IV.1.8) Information about 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 027-063375
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              02/08/2026
  
                Local time: 00:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The overarching technical specification upon which the Dynamic Purchasing System is established will be subject to change throughout the lifetime of the Dynamic Purchasing System in order to achieve alignment with national standards as they evolve. For more information on this, please refer to the accompanying Memorandum of Information.
The scope of the Dynamic Purchasing System may be subject to variation throughout its lifetime in order to incorporate digitisation services which span across other parts of the UK or additional care settings (including secondary and urgent care). This may be by way of the addition of lots or otherwise. For more information on this, please refer to the accompanying Memorandum of Information.
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 Dynamic Purchasing System, once established, will be used by the following public sector bodies (and all successors thereto) in England as described below.
The public sector bodies to whom the use of this Dynamic Purchasing System will be open include:
(1) All National Health Service (NHS) bodies in England, including but not limited to
(i) acute trusts 
(ii) health and care trusts 
(iii) mental health trusts 
(iv) Integrated Care Systems (ICBs)
(v) ambulance trusts 
(vi) area teams 
(vii) special health authorities 
(viii) NHS England.
(2) All local authorities 
Interested providers will be able to view this notice via the e-procurement system Atamis, available on the following link:
https://atamis-1928.my.site.com/s/Welcome
In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents.
On registration, please include at least two contacts to allow for access to the system in times of absence.
The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015 (as amended). This contract will therefore be awarded in accordance with the provisions applicable in Regulation 5 of the Public Contracts Regulations 2015 and the Dynamic Purchasing System operated in accordance with Regulation 34 thereof.
The contracting authority intends to observe the provisions and 10 day standstill period described in the Public Contracts Regulations 2015 (as amended) as far as applicable. Unsuccessful Bidders and applicants will receive scores and reasons why the Bidder/applicant was unsuccessful. Deadlines for lodging appeals should be in accordance with the Regulations.
VI.4) Procedures for review
  VI.4.1) Review body
  
    NHS England
    Quarry House, Quarry Hill
    Leeds
    LS2 7UE
    UK
    
            Telephone: +44 7786275627
    
            E-mail: commercial.procurementhub@nhs.net
   
 
VI.5) Date of dispatch of this notice
01/08/2024