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 Notice

Tech Innovation Framework

  • First published: 08 June 2022
  • Last modified: 08 June 2022

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-030faa
Published by:
NHS Digital
Authority ID:
AA54446
Publication date:
08 June 2022
Deadline date:
07 July 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Open Procedure

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Digital

7 & 8 Wellington Place

Leeds

LS1 4AP

UK

E-mail: dcsc.commercial@nhs.net

NUTS: UKE42

Internet address(es)

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

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

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://health-family.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://health-family.force.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://health-family.force.com/s/Welcome


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

Tech Innovation Framework

Reference number: C57170

II.1.2) Main CPV code

48000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Health & Social Care Information Centre (Known as NHS Digital), on behalf of the Department of Health & Social Care, for the provision of foundation Electronic Patient Record (EPR) solutions and associated capabilities for primary care IT, within a new framework Tech Innovation Framework, & utilising a refreshed set of technology standards & solution capability requirements. These solutions will be reflective of healthcare professionals’ needs, as shared with NHS Digital through detailed research & user engagement. The Tech Innovation Framework Lot 1 Framework Agreement will be the contractual vehicle through which Call Off Ordering Parties will purchase Catalogue Solutions from suppliers.<br/>The Tech Innovation Lot 2 Framework Agreement will be the contractual vehicle through which the Contracting Authority or The Health and Social Care Information Centre commission Opportunity Items listed on the Digital Care Services Catalogue Capabilities and Standards Roadmap.

II.1.5) Estimated total value

Value excluding VAT: 9 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48180000

48000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Open Procedure

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: 9 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 15/08/2022

End: 14/08/2026

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: 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.2.14) Additional information

This opportunity is divided into lots. The Tech Innovation Framework Lot 1 Framework Agreement and related Call Off Agreements will be the contractual vehicle through which Call Off Ordering Parties will purchase Catalogue Solutions from suppliers. The Tech Innovation Lot 2 Framework Agreement and related Call Off Agreements will be the contractual vehicle through which the Contracting Authority

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:

Please refer to the conditions set out in the ITT documents

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.2.2) Contract performance conditions

Please refer to Conditions Precedent and Key Performance Indicators (in the Service Management Standard) 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 with several operators.

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:

2022/S 000-002321

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/07/2022

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 tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 07/07/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Framework Lot 1 of the Digital Care Services Framework, may be used by the following: <br/>— NHS England (previously known as the NHS Commissioning Board).<br/>— the 42 Integrated Care Systems & each of their constituent health, social, local authority & other members both within & outside the National Health Service,— any Clinical Commissioning Group (CCG),Any Commissioning Support Unit (in respect of its support of CCGs)<br/>— any NHS Trust, any Mental Health Trust, Any Ambulance Trusts,— The Care Quality Commission,<br/>— The Department for Health & Social Care, Each Integrated Care Board (pursuant to section 19 of the Health & Care Act 2022); — a Local Health Board, — NHS Foundation Trusts,— Academic Health Science Networks,<br/>— National Institute for Health and Care Excellence, known as NICE, — The Health and Social Care Information Centre, known as NHS Digital,— Health Education England and Local Education & Training Boards (LETBs),— NHS Health Research Authority,— National Institute of Health Research (NIHR), — executive agencies of the Department of Health & Social Care including but not limited to the UK Health Security Agency and the Medicines & Healthcare Products Regulatory Agency,— Arms-Length Bodies and executive non-departmental public bodies of the Department of Health and Social Care not otherwise listed above in this Section VI including but not limited to NHS Blood & Transplant, NHS Business Services Authority, NHS Litigation Authority (known as NHS Resolution), the Human Fertilisation and Embryology Authority the Human Tissue Authority & NHS Counter Fraud Authority, — all Local Authorities of England, as defined under section 1 the Local Government Act 2000 including Health & Well Being Boards established by any Local Authority,<br/>— Charities that provide health or social care services,— 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) - http://www.dhsspsni.gov.uk/ — Health and Social Care Board of Northern Ireland - http://www.n-i.nhs.uk/index.php?link=boards — Health Agencies in Northern Ireland - http://www.hscni.net/index.php?link=agencies — The Business Services Organisation http://www.hscbusiness.hscni.net All entities constituted pursuant to the National Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards, Special Health Boards & the Common Services Agency), independent contractors to NHS Scotland (i.e. general medical practitioners (GPs)) and the Scottish Prison Service detailed at http://www.show.scot.nhs.uk/organisations/index.aspx .NHS Bodies in Wales & these include (without limitation) the 7 Local Health Boards & the 3 NHS Trusts in Wales www.wales.nhs.uk/nhswalesaboutus/structureGP Practices in Wales (http://howis.wales.nhs.uk/whtn/).<br/>Framework Lot 1 may also 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 (&/or a legal person controlled by one or more of the Contracting Authorities listed above). The Tech Innovation Lot 1 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.<br/>The bodies listed above will use the Digital Buying Catalogue to facilitate call-off agreements made under the Lot 1 Framework Agreement. It is envisaged that the Lot 2 Framework will be used by: — The Department for Health & Social Care, NHS England, Health & Social Care

VI.4) Procedures for review

VI.4.1) Review body

High Court

39 Victoria Street

London

SW1H 0EU

UK

Internet address(es)

URL: https://www.gov.uk/government/organisations/department-of-health-and-social-care

VI.4.2) Body responsible for mediation procedures

NHS Digital

7 & 8 Wellington Place

Leeds

LS1 4AP

UK

Internet address(es)

URL: https://www.digital.nhs.uk/

VI.4.4) Service from which information about the review procedure may be obtained

NHS Digital

7 & 8 Wellington Place

Leeds

LS1 4AP

UK

Internet address(es)

URL: https://www.digital.nhs.uk/

VI.5) Date of dispatch of this notice

07/06/2022

Coding

Commodity categories

ID Title Parent category
48180000 Medical software package Industry specific software package
48000000 Software package and information systems Computer and Related 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:
dcsc.commercial@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.