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

Clinical Digital Health Solutions (CDHS) Framework

  • First published: 01 October 2023
  • Last modified: 01 October 2023

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-038750
Published by:
Guy's and St Thomas' NHS Foundation Trust
Authority ID:
AA30334
Publication date:
01 October 2023
Deadline date:
13 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The scope of this single lot framework agreement includes but is not limited to all<br/>clinical digital solutions & any associated hardware or software.<br/>The framework will be divided into solutions covering the following areas, the<br/>Patient administration system solutions –incl but not limited to: Standalone PAS<br/>solutions and system integrations/portals to support organisations either not ready<br/>for full EPR functionality or those that want to keep their PAS separate from their<br/>clinical wrap<br/>Electronic health and care record solutions –incl but not limited to: A<br/>comprehensive range of both enterprise and best of breed EPR system solutions<br/>and system integrations/portals across Acute, Community, Mental Health and<br/>Ambulance care settings<br/>Pathology system solutions -incl but not limited to: Core Laboratory Information<br/>Management Systems (LIMS) solutions, Integrated Blood Science Service<br/>Systems (includes Clinical Biochemistry, Haematology and Immunology), Blood<br/>Transfusion Systems, Blood Bank Systems, Genomics LIMS Systems and system<br/>integration/portals<br/>Radiology system solutions -incl but not limited to: Picture Archiving and<br/>Communication System (PACS) solutions, Radiology Information System (RIS) solutions, Vendor Neutral Imaging Archive (VNIA) solutions and radiology system<br/>integration/portals<br/>Pharmacy system solutions -incl but not limited to: Pharmacy Dispensing Systems,<br/>Electronics Prescribing Medicines Administration (EPMA) solutions, Ward based<br/>automation and kiosks, pharmacy workflow management, discharge planning and<br/>pharmacy system integration/portals<br/>Patient support system solutions -incl but not limited to: Patient tracking and bed<br/>management systems, Personal Health Record (PHR), system integrations/portals<br/>and associated wearables and home devices<br/>Specialist clinical system solutions -incl but not limited to: All specialist clinical<br/>systems such as maternity, child health, theatres, emergency department,<br/>cardiology, renal and system integrations/portals<br/>Shared care record system solutions -incl but not limited to: Shared cared records<br/>spanning multiple organisations across both health and social care, Electronic<br/>Master Patient Index (EMPI), Record Locator Service (RLS), Integration<br/>Platform/portals, Informatics, Vendor Neutral Archive (VNA), Reporting and<br/>Population Health Analytics<br/>The framework agreement will allow for further competition and direct award to all<br/>awarded suppliers. In order to facilitate direct award, this framework will require the<br/>submission of national list pricing that will be published in a catalogue to all<br/>potential drawdown authorities in full and unrestricted.<br/>The current iteration of the framework is endorsed by the NHSE CCF Digital and<br/>Technology Category Strategy recommended routes to market for clinical software,<br/>SaaS and Apps (pillar 3).<br/>It is LPP’s intention to ensure ongoing NHSE CCF endorsement as part of this<br/>framework renewal process.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Guy's and St Thomas' NHS Foundation Trust

Great Maze Pond

London

SE1 9RT

UK

Contact person: shah miah

Telephone: +44 7833180036

E-mail: CDS@gstt.nhs.uk

NUTS: UKI44

Internet address(es)

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

Address of the buyer profile: https://www.lpp.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

Clinical Digital Health Solutions (CDHS) Framework

II.1.2) Main CPV code

72260000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This is the next generation of the LPP Clinical Digital Solutions (CDS) for the<br/>Integrated Health Economy framework (2021/S 066-172631), which seeks to<br/>continue to support the NHS Long Term Plan by providing a route to market for all<br/>core clinical and care based digital solutions in use within the health and care<br/>sector.

II.1.5) Estimated total value

Value excluding VAT: 2 000 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope of this single lot framework agreement includes but is not limited to all<br/>clinical digital solutions & any associated hardware or software.<br/>The framework will be divided into solutions covering the following areas, the<br/>Patient administration system solutions –incl but not limited to: Standalone PAS<br/>solutions and system integrations/portals to support organisations either not ready<br/>for full EPR functionality or those that want to keep their PAS separate from their<br/>clinical wrap<br/>Electronic health and care record solutions –incl but not limited to: A<br/>comprehensive range of both enterprise and best of breed EPR system solutions<br/>and system integrations/portals across Acute, Community, Mental Health and<br/>Ambulance care settings<br/>Pathology system solutions -incl but not limited to: Core Laboratory Information<br/>Management Systems (LIMS) solutions, Integrated Blood Science Service<br/>Systems (includes Clinical Biochemistry, Haematology and Immunology), Blood<br/>Transfusion Systems, Blood Bank Systems, Genomics LIMS Systems and system<br/>integration/portals<br/>Radiology system solutions -incl but not limited to: Picture Archiving and<br/>Communication System (PACS) solutions, Radiology Information System (RIS) solutions, Vendor Neutral Imaging Archive (VNIA) solutions and radiology system<br/>integration/portals<br/>Pharmacy system solutions -incl but not limited to: Pharmacy Dispensing Systems,<br/>Electronics Prescribing Medicines Administration (EPMA) solutions, Ward based<br/>automation and kiosks, pharmacy workflow management, discharge planning and<br/>pharmacy system integration/portals<br/>Patient support system solutions -incl but not limited to: Patient tracking and bed<br/>management systems, Personal Health Record (PHR), system integrations/portals<br/>and associated wearables and home devices<br/>Specialist clinical system solutions -incl but not limited to: All specialist clinical<br/>systems such as maternity, child health, theatres, emergency department,<br/>cardiology, renal and system integrations/portals<br/>Shared care record system solutions -incl but not limited to: Shared cared records<br/>spanning multiple organisations across both health and social care, Electronic<br/>Master Patient Index (EMPI), Record Locator Service (RLS), Integration<br/>Platform/portals, Informatics, Vendor Neutral Archive (VNA), Reporting and<br/>Population Health Analytics<br/>The framework agreement will allow for further competition and direct award to all<br/>awarded suppliers. In order to facilitate direct award, this framework will require the<br/>submission of national list pricing that will be published in a catalogue to all<br/>potential drawdown authorities in full and unrestricted.<br/>The current iteration of the framework is endorsed by the NHSE CCF Digital and<br/>Technology Category Strategy recommended routes to market for clinical software,<br/>SaaS and Apps (pillar 3).<br/>It is LPP’s intention to ensure ongoing NHSE CCF endorsement as part of this<br/>framework renewal process.

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: 2 000 000 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

1+1 year extension

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

To express an interest please go to https://health-family.force.com/s/Welcome <br/> You will need to search to<br/>the contract ref C214025

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


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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:

2022/S 000-033084

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

Date: 13/11/2023

Local time: 13:00

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: 29/09/2023

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

The framework agreement shall include the following organisations in the United<br/>Kingdom and their respective statutory successors and organisations created as a<br/>result of structural re-organisations or organisational changes:<br/>• Central government departments and their executive agencies<br/>• Non-departmental public bodies<br/>• National Health Service (NHS) bodies, including Clinical Commissioning Groups,<br/>NHS trusts, NHS foundation trusts, their subsidiaries, NHS GP’s, a special health<br/>authority and a local health board in England and Wales and other constituent<br/>bodies in Wales, Scotland and Northern Ireland<br/>• All Local Authorities<br/>• All Combined Authorities<br/>• Police forces and other emergency services, fire and rescue services, the<br/>maritime and Coast guard agency<br/>• Educational establishments<br/>• Registered social landlords<br/>• Registered charities<br/>• Devolved and other administrations within the British Isles<br/>• Healthcare providers in the Channel Islands<br/>• NI Public Bodies

VI.4) Procedures for review

VI.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

UK

Internet address(es)

URL: https://www.judiciary.uk/courts-and-tribunals/high-court/

VI.4.2) Body responsible for mediation procedures

Guy's and St Thomas' NHS Foundation Trust

Great Maze Pond

London

SE1 9RT

UK

Internet address(es)

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

VI.5) Date of dispatch of this notice

29/09/2023

Coding

Commodity categories

ID Title Parent category
48000000 Software package and information systems Computer and Related Services
72260000 Software-related services Software programming and consultancy 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:
CDS@gstt.nhs.uk
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.