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