Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Digital Technical Clinical Support (DTCS) Framework Agreement

  • First published: 19 August 2025
  • Last modified: 19 August 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-046ce3
Published by:
Guy's and St Thomas' NHS Foundation Trust
Authority ID:
AA30334
Publication date:
19 August 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Digital Technical Clinical Support (DTCS) framework has been established to cover the full suite of clinical digital professional services, including services pertaining to both proprietary solutions and opensource solutions. All standalone, clinical system focused professional services are covered within the remit of the framework and the provisions available to the public sector.<br/><br/>The DTCS framework is formed of five Lots, please find the awarded suppliers to each Lot listed below:<br/><br/>Lot 1 – Cloud Hosting, Environment Build, Operation and Maintenance Professional Services:<br/><br/>Atos IT Services UK Limited<br/>Avanade UK Limited<br/>Cloud 21<br/>EMIS Health<br/>EntServ UK Ltd<br/>Insight Direct (UK) Ltd<br/>Learning Health Solutions<br/>Mastek UK Ltd<br/>Telefónica Tech Northern Ireland Limited<br/>VE3 Global<br/><br/>Lot 2 – Design, Development, and Deployment Professional Services:<br/><br/>Answer Digital Limited<br/>Atos IT Services UK Limited<br/>Avanade UK Limited<br/>Burendo Ltd<br/>EMIS Health<br/>EntServ UK Ltd<br/>Insight Direct (UK) Ltd<br/>Kinseed Limited<br/>Learning Health Solutions<br/>Telefónica Tech Northern Ireland Limited<br/>Thalamos Ltd<br/>The Public Service Consultants Limited<br/>VE3 Global<br/>Zuhlke Engineering Ltd<br/><br/>Lot 3 – Implementation Professional Services:<br/><br/>Answer Digital Limited<br/>Apira Ltd Primary<br/>Atos IT Services UK Limited<br/>Burendo Ltd<br/>Cloud 21<br/>EMIS Health<br/>Ethical Healthcare Consulting<br/>Evolution Recruitment Solutions Limited<br/>Health Systems Support Ltd<br/>Healthcare Innovations Consortium Ltd<br/>Learning Health Solutions<br/>St. Vincent's Consulting Ltd<br/>Thalamos Ltd<br/>VE3 Global<br/><br/>Lot 4 – Integration Professional Services:<br/><br/>Answer Digital Limited<br/>Atos IT Services UK Limited<br/>Burendo Ltd<br/>EMIS Health<br/>EntServ UK Ltd<br/>Healthcare Innovations Consortium Ltd<br/>Insight Direct (UK) Ltd<br/>Learning Health Solutions<br/>St. Vincent's Consulting Ltd<br/>Thalamos Ltd<br/>VE3 Global<br/><br/>Lot 5 – General Clinical Digital Professional Services:<br/><br/>Answer Digital Limited<br/>Apira Ltd Primary<br/>Atos IT Services UK Limited<br/>BearingPoint<br/>Blue Pelican Consulting<br/>Cloud 21<br/>EMIS Health<br/>Ethical Healthcare Consulting<br/>Health Systems Support Ltd<br/>Healthcare Innovations Consortium Ltd<br/>Parico Limited<br/>Safehand Consulting Limited<br/>Smart Co Consulting Limited<br/>Softcat Plc<br/>St. Vincent's Consulting Ltd<br/>Stalis Ltd<br/>Streamwave Ltd<br/>Thalamos Ltd<br/>The Public Service Consultants Limited<br/>VE3 Global

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Guy's and St Thomas' NHS Foundation Trust

Great Maze Pond

London

SE1 9RT

UK

Contact person: Christopher Black

E-mail: gstt.cds@nhs.net

NUTS: UKI44

Internet address(es)

Main address: https://www.guysandstthomas.nhs.uk

Address of the buyer profile: https://www.guysandstthomas.nhs.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

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 Technical Clinical Support (DTCS) Framework Agreement

II.1.2) Main CPV code

72590000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Digital Technical Clinical Support (DTCS) framework has been established to cover the full suite of clinical digital professional services, including services pertaining to both proprietary solutions and opensource solutions. All standalone, clinical system focused professional services are covered within the remit of the framework and the provisions available to the public sector.<br/><br/>The DTCS framework is formed of five Lots, please find the awarded suppliers to each Lot listed below:<br/><br/>Lot 1 – Cloud Hosting, Environment Build, Operation and Maintenance Professional Services:<br/><br/>Atos IT Services UK Limited<br/>Avanade UK Limited<br/>Cloud 21<br/>EMIS Health<br/>EntServ UK Ltd<br/>Insight Direct (UK) Ltd<br/>Learning Health Solutions<br/>Mastek UK Ltd<br/>Telefónica Tech Northern Ireland Limited<br/>VE3 Global<br/><br/>Lot 2 – Design, Development, and Deployment Professional Services:<br/><br/>Answer Digital Limited<br/>Atos IT Services UK Limited<br/>Avanade UK Limited<br/>Burendo Ltd<br/>EMIS Health<br/>EntServ UK Ltd<br/>Insight Direct (UK) Ltd<br/>Kinseed Limited<br/>Learning Health Solutions<br/>Telefónica Tech Northern Ireland Limited<br/>Thalamos Ltd<br/>The Public Service Consultants Limited<br/>VE3 Global<br/>Zuhlke Engineering Ltd<br/><br/>Lot 3 – Implementation Professional Services:<br/><br/>Answer Digital Limited<br/>Apira Ltd Primary<br/>Atos IT Services UK Limited<br/>Burendo Ltd<br/>Cloud 21<br/>EMIS Health<br/>Ethical Healthcare Consulting<br/>Evolution Recruitment Solutions Limited<br/>Health Systems Support Ltd<br/>Healthcare Innovations Consortium Ltd<br/>Learning Health Solutions<br/>St. Vincent's Consulting Ltd<br/>Thalamos Ltd<br/>VE3 Global<br/><br/>Lot 4 – Integration Professional Services:<br/><br/>Answer Digital Limited<br/>Atos IT Services UK Limited<br/>Burendo Ltd<br/>EMIS Health<br/>EntServ UK Ltd<br/>Healthcare Innovations Consortium Ltd<br/>Insight Direct (UK) Ltd<br/>Learning Health Solutions<br/>St. Vincent's Consulting Ltd<br/>Thalamos Ltd<br/>VE3 Global<br/><br/>Lot 5 – General Clinical Digital Professional Services:<br/><br/>Answer Digital Limited<br/>Apira Ltd Primary<br/>Atos IT Services UK Limited<br/>BearingPoint<br/>Blue Pelican Consulting<br/>Cloud 21<br/>EMIS Health<br/>Ethical Healthcare Consulting<br/>Health Systems Support Ltd<br/>Healthcare Innovations Consortium Ltd<br/>Parico Limited<br/>Safehand Consulting Limited<br/>Smart Co Consulting Limited<br/>Softcat Plc<br/>St. Vincent's Consulting Ltd<br/>Stalis Ltd<br/>Streamwave Ltd<br/>Thalamos Ltd<br/>The Public Service Consultants Limited<br/>VE3 Global

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 100 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

72227000

72254000

72262000

72263000

72212331

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope of this multi lot framework agreement includes the full suite of digital technical support services for clinical systems, including services pertaining to both proprietary solutions and opensource solutions. <br/><br/>The framework covers all standalone, clinical system focused digital support, required from public sector contracting authorities.<br/><br/>The type of Services included within remit of the framework are as follows:<br/><br/>• Technical architecture, development, integration;<br/>• Specialist programme delivery, <br/>• PMO and planning;<br/>• Digital communications;<br/>• Financial management;<br/>• Specialist technology consultancy;<br/>• Digital strategy and business case support;<br/>• Information Governance;<br/>• Clinical safety.<br/><br/>Suppliers have significant experience in the provision of professional services pertaining to proprietary (i.e. closed-source) clinical software solutions for use in healthcare environments. These professional services relate to the identification and/or requirements design and/or deployment and implementation of proprietary clinical systems/software solutions.<br/><br/>Suppliers within the framework have directly relevant and hands-on experience of working with the types of technologies and platforms found within clinical environments, experience of working within the complex, digital health and care landscape. Examples of which include:<br/><br/>• analysis, architecture, and design services;<br/>• clinical informatics and data modelling expertise;<br/>• software development services;<br/>• assurance, testing, and clinical safety services;<br/>• technical custodian services;<br/>• deployment of new publisher and subscriber feeds;<br/>• population health and SQL services;<br/>• project delivery services;<br/>• business analyst and technical specification services.<br/><br/>The framework agreement allows for both further competition and direct award to all awarded suppliers.<br/><br/>NHS London Procurement Partnership received approval from NHSE CCF, the Cabinet Office's Central Digital and Data Team and Commercial Team to establish this framework.

II.2.5) Award criteria

Quality criterion: Social Value / Weighting: 10

Quality criterion: Techincal / Weighting: 60

Cost criterion: Commercial / Weighting: 30

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 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

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:

2025/S 000-002663

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Apira Ltd Primary

SE1 8HP

London

SE1 8HP

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Softcat Plc

Marlow

SL7 1LW

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Blue Pelican Consulting

Tunbridge Wells

TN1 1EN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Stalis Ltd

Bloxham

OX15 4FF

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Cloud 21

West Malling

ME19 4YU

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Health Systems Support Ltd

Woking

GU24 8AQ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Evolution Recruitment Solutions Limited

Warrington

WA3 7BH

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Answer Digital Limited

Leeds

LS11 5DD

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Parico Limited

Bordon

GU35 0FP

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

St. Vincent's Consulting Ltd

Leeds

LS1 2SJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

The PSC (a trading name of The Public Service Consultants Limited)

London

SW1Y 5JG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Atos IT Services UK Limited

London

WC1V 6EA

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

BearingPoint

London

EC3R 6DL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Kinseed Limited

Uxbridge

UB8 1QG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

SMART CO CONSULTING LIMITED

London

SE1 7ND

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

EMIS Health

Leeds

LS1 5HN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

EntServ UK Ltd Part of DXC Technology

Farnborough

GU14 7BF

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Mastek UK Ltd

Harrow

HA1 4HN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

VE3 Global Ltd

London

EC2A 4NE

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

ZUHLKE ENGINEERING LTD

London

EC2V 7BG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Insight Direct (UK) Ltd

Sheffield

S1 2JF

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Avanade UK Limited

London

EC3M 3BD

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Healthcare Innovations Consortium Ltd

Macclesfield

SK11 6DP

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

TELEFÓNICA TECH NORTHERN IRELAND LIMITED

Belfast

BT3 9DT

UK

NUTS: UKN

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Learning Health Solutions

London

W1S 1HN

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Thalamos Ltd

London

SE1 7LL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Ethical Healthcare Consulting

Leeds

LS1 3HB

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Burendo Ltd

Leeds

LS1 4AP

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Safehand Consulting Limited

Barnsley

S72 8BE

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/08/2025

V.2.2) Information about tenders

Number of tenders received: 34

Number of tenders received from SMEs: 24

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

STREAMWAVE LTD.

London

W1J 7NE

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: Lowest offer: .01  GBP / Highest offer: 1.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The framework agreement shall include the following organisations in the United Kingdom and their respective statutory successors and organisations created as a result of structural re-organisations or organisational changes, this may include but is not limited to:<br/><br/>• Central government departments & their executive agencies (a list of such departments and executive agencies can be found at http://www.cabinetoffice.gov.uk/government-business/government-ministers-responsibilities.aspx);<br/><br/>• Non-departmental public bodies (NDPBs) (a list of NDPBs can be found at Annex A to the Public Bodies Directory 2007 published by the cabinet office) which can be found at: https://www.gov.uk/guidance/public-bodies-reform;<br/><br/>• National Health Service (NHS) bodies, including Clinical Commissioning Groups, NHS trusts, NHS foundation trusts, a Special Health Authority and a Local Health Board in England and Wales and other constituent bodies in Wales, Scotland and Northern Ireland, including but not limited to, the Scottish ambulance service, lists of all of such NHS bodies can be found at:<br/>http://www.nhs.uk/Servicedirectories/pages/nhstrustlisting.aspx<br/>http://www.wales.nhs.uk/nhswalesaboutus/structure, <br/>https://www.scot.nhs.uk/organisations/<br/>http://www.hscni.net/index.php?link=hospitals <br/><br/>• All Local Authorities, a list of such authorities being available at: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG <br/><br/>• All Combined Authorities, a list of such authorities being available at: https://www.local.gov.uk/topics/devolution/combined-authorities<br/><br/>• Police forces and other emergency services, including fire and rescue services, the maritime and Coast guard agency and other rescue authorities a list of police authorities and fire and rescue services can be found respectively at the following:<br/><br/>http://www.police.uk/forces.htm<br/>https://www.fireservice.co.uk/information/ukfrs/<br/><br/>• Educational establishments i.e. schools maintained by local authorities; academies; city technology colleges; further education establishments, and universities: https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies<br/><br/>• Registered social landlords (RSLs), a list of such authorities being available at: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing<br/><br/>• Registered charities, as detailed at: http://www.charity-commission.gov.uk/<br/><br/>• Devolved and other administrations within the British Isles, including those detailed at: <br/><br/>Scotland: http://scotland.gov.uk/Home and http://www.scottish.parliament.uk/ <br/>Wales: http://new.wales.gov.uk/?llang=en,OJ/S<br/>Isle of Man: https://www.gov.im/ <br/><br/>• Healthcare providers in the Channel Islands<br/>https://gov.gg<br/>https://www.gov.je

VI.4) Procedures for review

VI.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

18/08/2025

Coding

Commodity categories

ID Title Parent category
72590000 Computer-related professional services Computer-related services
72212331 Project management software development services Programming services of application software
72262000 Software development services Software-related services
72263000 Software implementation services Software-related services
72227000 Software integration consultancy services Systems and technical consultancy services
72254000 Software testing System and support services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
gstt.cds@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.