Opportunity

NHS Federated Data Platform and Associated Services

  • NHS England

F02: Contract notice

Notice reference: 2023/S 000-000669

Published 10 January 2023, 1:19pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

1st Floor, Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Kate Cassidy

Email

england.commercialqueries@nhs.net

Country

United Kingdom

NUTS code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

https://www.england.nhs.uk//

Buyer's address

https://www.england.nhs.uk//

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned 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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS Federated Data Platform and Associated Services

Reference number

C104091

two.1.2) Main CPV code

  • 72322000 - Data management services

two.1.3) Type of contract

Services

two.1.4) Short description

This is the first procurement exercise NHS England is carrying out in relation to plans for a federated data platform for the NHS. NHS England requires a Supplier for the provision of Federated Data Platform and Associated Services (FDP-AS). The data platform will be owned and controlled by the NHS to unlock the power of NHS data to understand patterns, solve problems, plan services for local populations and ultimately transform the health and care of the people they serve.

It is anticipated that the 5-year contract value will be up to £360,000,000. There will be an additional option to extend by 12 +12 months with a total estimated value of up to £480,000,000 over the contract period. The actual contract value will depend on the extent of the use of the solution.

two.1.5) Estimated total value

Value excluding VAT: £480,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 30211300 - Computer platforms
  • 30211300 - Computer platforms
  • 72000000 - IT services: consulting, software development, Internet and support
  • 48610000 - Database systems
  • 72322000 - Data management services
  • 48612000 - Database-management system
  • 48613000 - Electronic data management (EDM)
  • 72317000 - Data storage services
  • 72319000 - Data supply services
  • 72310000 - Data-processing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

NHS England is undertaking a competitive procurement to replace its existing COVID-19 Data Platform with a data platform for NHS England and NHS bodies.

Services will be provided under the contract for FDP-AS to NHS bodies (as defined in the National Health Service Act 2006) and other providers of NHS-funded services (in relation to the provision of those services), as well as NHS England.

The data platform will be a cloud-based Software as a Service (Saas) Solution, which will enable the use and sharing of data using a safe and secure environment.

NHS England are not mandating use of the data platform. It will be of benefit for Trusts and ICSs to use the data platform to support Use Cases they wish to adopt. Local Trusts and ICS’s will have the autonomy to use the data platform to address their own key challenges and priorities. De-identified data will only flow to central platforms for specific, necessary and pre-agreed planning purposes (such as national reporting on vaccine uptake, to increase supply chain efficiency or to create benchmarks of good practice that can inform national policy) and in compliance with information governance principles and data protection law.

The key features of this requirement are:

1. Platform: We are buying a platform that will be run as a SaaS with some key Requirements which will have to be met

2. Service: The Successful Supplier will need to meet our robust performance measures and governance standards.

3. Customer base: FDP-AS will be delivered to NHS England and other NHS Bodies. Providers of NHS funded care may also use the platform.

4. Landscape: FDP-AS to fit within the wider NHS England environment and constraints.

5. Transition: needs to be successfully implemented to support a safe transition from the incumbent solution.

6. Implementation: will be based around Use Cases, as instructed by NHS England.

7. Behaviours: We require the Successful Supplier to meet our ways of working.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £480,000,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Optional extensions to the contract term of 12+12 months. The value stated in section II.1.5 includes the optional extension periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Applicants will be assessed in accordance with the Public Contracts Regulations 2015 on the basis of the information provided in response to the Selection Questionnaire.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents.

Minimum level(s) of standards possibly required

Selection criteria as stated in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-008755

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

Date

9 February 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

10 January 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals