We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 235142-2019

21/05/2019    S97

United Kingdom-Leeds: Software package and information systems

2019/S 097-235142

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Secretary of State for Health and Social Care (for whom the Health and Social Care Information Centre (known as NHS Digital) is acting as agent)
Postal address: 1 Trevelyan Square, Boar Lane
Town: Leeds
NUTS code: UKE42 Leeds
Postal code: LS1 6AE
Country: United Kingdom
E-mail: gpitfutures.procurement@nhs.net
Telephone: +44 3003035678
Internet address(es):
Main address: https://digital.nhs.uk/
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://nhsdigital.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://nhsdigital.bravosolution.co.uk
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Health

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Digital Care Services (GP IT Futures Frameworks)

II.1.2)Main CPV code
48000000 Software package and information systems
II.1.3)Type of contract
Services
II.1.4)Short description:

NHS Digital acting as agent on behalf of the Secretary of State for Health and Social Care intends to procure Digital Care Services. The GP IT Futures Framework Agreements together with connected call-off agreements will provide contract vehicles for, amongst others, GPs Practices, CCGs and other NHS providers to purchase systems and services which are assured on the Digital Buying Catalogue in Lot 1, and for the Secretary of State for Health and Social Care or NHS Digital to commission opportunity items on the published Standards Roadmap in Lot 2.

This will replace the current call-off agreements under the now expired Framework Agreements for the provision of GP Systems of Choice and related services procured pursuant to OJEU contract notice 2013/S 101-173284.

The GP IT Futures Framework Agreements will be procured and managed by NHS Digital on behalf of the Secretary of State for health and social care. Call-off ordering parties for the frameworks are detailed in this notice.

II.1.5)Estimated total value
Value excluding VAT: 500 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

GP IT Futures Lot 1

Lot No: 1
II.2.2)Additional CPV code(s)
48000000 Software package and information systems
II.2.3)Place of performance
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKD NORTH WEST (ENGLAND)
NUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKF EAST MIDLANDS (ENGLAND)
NUTS code: UKG WEST MIDLANDS (ENGLAND)
NUTS code: UKH EAST OF ENGLAND
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
NUTS code: UKK SOUTH WEST (ENGLAND)
NUTS code: UKL WALES
NUTS code: UKM SCOTLAND
NUTS code: UKN NORTHERN IRELAND
II.2.4)Description of the procurement:

The services provided under the GP IT Futures Framework Lot 1 of the digital care services framework will cover the following:

— provision of applications, which will be described as “Catalogue Solutions”, to meet the business requirements of general practice and broader primary care and may incorporate community and adult social care providers.

Catalogue solutions will meet business requirements which are expressed at the highest level as capabilities. Capabilities represent the functions a system needs to be able to undertake.

Capabilities fall into 2 defined categories:

— foundation capabilities which are functional capabilities that form the minimum, base or foundation set of functional capabilities required to support the day to day operation of general practice, and

— non-foundation capabilities which offer any form or operation of system functionality required by users including GPs, and healthcare professionals in broader primary care, community and social care settings.

Alongside Catalogue Solutions there may be a range of:

— associated services which are services associated with the implementation or optimisation of a catalogue solution, that the call-off ordering parties have the option as to whether to purchase in association with their purchase of the catalogue solution, and

— additional services which are an augmentation of a catalogue solution provided by the supplier that may have its own charges and that may require the purchase of one or more of the associated services applicable to the catalogue solution it augments.

Call-off agreements awarded through the GP IT Futures Framework Lot 1 Framework Agreement may provide services to:

GP practices, GP federations and networks, primary care homes, primary care networks, multi-specialty community providers, other integrated care organisations, integrated care systems and other purchasers of primary care based systems.

Services sold under the GP IT Futures Framework Lot 1 Framework Agreement will generally be sold on the basis of Software as a Service (SaaS) with licences granted to customer users where appropriate.

Organisations seeking to be awarded a GP IT Futures Lot 1 Framework Agreement must confirm in their Tender that they have registered on the Digital Buying Catalogue, have executed a Catalogue Agreement and completed Stage 1 of the prescribed Catalogue On-Boarding Process for all Catalogue Solutions, Additional Services and Associated Services that they are seeking to make available on the GP IT Futures Lot 1 Framework Agreement.

The bodies listed below may potentially award a separate Framework Agreement(s) to suppliers who have been awarded a GP IT Futures Lot 1 Framework Agreement by the Contracting Authority (“Separate Framework Agreements"):

— Ministry of Defence including its executive agencies and executive non-departmental public bodies,

— NHS Wales Informatics Services,

— The Business Services Organisation,

— The Ministry of Justice and its executive agencies including, but not limited to Her Majesty’s Prison and Probation Service.

The Separate Framework Agreements will be on substantially the same terms as the GP IT Futures Lot 1 Framework Agreement awarded by the Contracting Authority and will be subject to the rules of the Catalogue. The procedures and terms of call-off agreements connected with the Separate Framework Agreements will also be substantially the same as the call off procedures and terms established by the GP IT Futures Lot 1 Framework Agreement awarded by the Contracting Authority.

Any bodies wishing to establish Separate Framework Agreements will notify the suppliers (via a short form ITT) of the precise process no later than 31.12.2019.

Call Off Agreements under the GP IT Futures Lot 1 Framework Agreement will have a maximum term of four years and must be entered into before the expiry or termination of the GP IT Futures Lot 1 Framework Agreement.

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: 484 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
End: 31/03/2023
This contract is subject to renewal: yes
Description of renewals:

The GP IT Futures Lot 1 Framework Agreement will have an initial term which will, unless terminated earlier by operation of law or in accordance with its terms, continue until 31.12.2020. After the initial term, unless otherwise terminated earlier by the operation of law or in accordance with its terms, the GP IT Futures Lot 1 Framework Agreement will then continue until 31.12.2023.

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

Any contract(s) awarded under either Lot or the rights set out in Section II.2.4) may be entered into by or for the benefit of any 1 or more of the bodies listed in Section VI.3) of this Contract Notice including any successor bodies (including through the merger of 2 or more organisations) who perform the same or similar functions as any of the bodies listed.

II.2)Description
II.2.1)Title:

GP IT Futures Lot 2

Lot No: 2
II.2.2)Additional CPV code(s)
48180000 Medical software package
72210000 Programming services of packaged software products
72230000 Custom software development services
72262000 Software development services
II.2.3)Place of performance
NUTS code: UKC NORTH EAST (ENGLAND)
NUTS code: UKD NORTH WEST (ENGLAND)
NUTS code: UKE YORKSHIRE AND THE HUMBER
NUTS code: UKF EAST MIDLANDS (ENGLAND)
NUTS code: UKG WEST MIDLANDS (ENGLAND)
NUTS code: UKH EAST OF ENGLAND
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
NUTS code: UKK SOUTH WEST (ENGLAND)
NUTS code: UKL WALES
NUTS code: UKM SCOTLAND
NUTS code: UKN NORTHERN IRELAND
II.2.4)Description of the procurement:

GP IT Futures Framework Lot 2 of the Digital Care Services Framework will be used by the Contracting Authority or NHS Digital to execute Call Off Agreements with relevant suppliers for participation in the elaboration of items on the published Standards Roadmap. Examples of this type of service may include but are not limited to:

— feasibility studies,

— the definition of enhanced or new standards, or

— the development of appropriate software and/or system components.

All suppliers awarded a GP IT Futures Lot 1 Framework Agreement for 1 or more catalogue solutions will automatically be awarded a GP IT Futures Lot 2 Framework Agreement unless they opt out of such award in their tender.

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: 16 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
End: 31/03/2023
This contract is subject to renewal: yes
Description of renewals:

Once entered into by its parties, the GP IT Futures Lot 2 Framework Agreement will be coterminous with the GP IT Futures Lot 1 Framework Agreement. Call-off Agreements made under the GP IT Futures Lot 2 Framework Agreement must be entered into before the expiry or termination of the GP IT Futures Lot 2 Framework Agreement.

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

Any contract(s) awarded under either lot or the rights set out in Section II.2.4) may be entered into by or for the benefit of any 1 or more of the bodies listed in Section VI.3 of this Contract Notice including any successor bodies (including through the merger of 2 or more organisations) who perform the same or similar functions as any of the bodies listed.

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

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
Framework agreement with several operators
IV.1.8)Information about the 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: 2018/S 152-348994
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 05/07/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
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: 05/07/2019
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

It is envisaged that the GP IT Futures Framework Lot 1 of the Digital Care Services Framework, once established, may be used by the following public sector bodies as described below:

— the National Health Service Commissioning Board (known as NHS England).

Any other health service body as defined at Section 9 National Health Service Act 2006, including but not limited to:

— any Clinical Commissioning Group,

— any NHS Trust,

— any Special Health Authority,

— The Care Quality Commission,

— The Secretary of State for Health and Social Care,

— a Local Health Board,

— NHS Foundation Trusts,

— Academic Health Science Networks,

— National Institute for Health and Care Excellence, known as NICE,

— The Health and Social Care Information Centre, known as NHS Digital,

— NHS Improvement (the operational name of Monitor and the National Health Service Trust Development Authority),

— Health Education England and Local Education and Training Boards (LETBs),

— NHS Health Research Authority,

— National Institute of Health Research,

— executive agencies of the Department of Health and Social Care including but not limited to Public Health England, the Medicines and Healthcare Products Regulatory Agency,

— Arms-Length Bodies and executive non-departmental public bodies of the Department of Health not otherwise listed above in this Section VI including but not limited to NHS Blood and Transplant, NHS Business Services Authority, NHS Litigation Authority (known as NHS Resolution), the Human Fertilisation and Embryology Authority, and the Human Tissue Authority,

— all Local Authorities of England, as defined under section 1 the Local Government Act 2000 including Health and Well Being Boards established by any Local Authority,

— 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 and 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 and these include (without limitation) the 7 Local Health Boards and the 3 NHS Trusts in Wales www.wales.nhs.uk/nhswalesaboutus/structure

GP Practices in Wales (http://howis.wales.nhs.uk/whtn/).

The GP IT Futures 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 1 or more of the Contracting Authorities listed above (and/or a legal person controlled by one or more of the Contracting Authorities listed above).

The GP IT Futures 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.

The bodies listed above will use the Digital Buying Catalogue to facilitate call-off agreements made under the GP IT Futures Lot 1 Framework Agreement.

It is envisaged that the GP IT Futures Framework Lot 2 will be used by:

— The Secretary of State for Health and Social Care, and

— The Health and Social Care Information Centre.

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court of England and Wales
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice:
17/05/2019