Award

Community, Mental and Child Health Services Electronic Clinical Information System

  • Bradford District Care NHS Foundation Trust

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-003583

Procurement identifier (OCID): ocds-h6vhtk-04db53

Published 4 February 2025, 10:00am



Section one: Contracting authority/entity

one.1) Name and addresses

Bradford District Care NHS Foundation Trust

New Mill, Victoria Road

Shipley

BD18 3LD

Contact

Tim Rycroft, Chief Information Officer

Email

tim.rycroft@bdct.nhs.uk

Telephone

+44 7876447508

Country

United Kingdom

Region code

UKE41 - Bradford

Internet address(es)

Main address

https://www.bdct.nhs.uk

Buyer's address

https://www.bdct.nhs.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Community, Mental and Child Health Services Electronic Clinical Information System

Reference number

C334152

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

Contract extension of the Trust’s current Call off Contract with The Phoenix Partnership (Leeds) Ltd procured under NHS Shared Business Services Provision of Electronic Clinical Information Systems framework to support the Trust’s Community, Mental and Child Health Services.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £6,376,421.82

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE41 - Bradford
Main site or place of performance

BDCFT HQ, New Mill ,Victoria Road, Saltaire, Shipley, West Yorkshire, BD18 3LD

two.2.4) Description of the procurement

The Trust has been evaluating its options for re-procurement of the Services described above for over 18 months. There have been internal and external delays, for example with the availability of NHS recommended frameworks. The Trust has also been exploring the potential of and intends to pursue further a shared approach to procurement, with other Trusts within the West Yorkshire Integrated Care System (ICS). These activities have militated against the Trust being able to begin a new competitive procurement (for services similar to the Services under its existing contract with TPP) to date however the Trust intends to begin that process soon.
Notwithstanding current procurement legislation (e.g. it may be that Regulation 72 (1) (b) and/or Regulation 72 (1) (e) of the Public Contracts Regulations 2015 (as amended) could apply to the change described in this notice) with just over 6 months left to run on its current SBS contract, there is now insufficient time for the Trust to run its desired new competitive procurement..
The Trust has therefore no option but to temporarily extend its existing SBS agreement with its current supplier, TPP in order to provide sufficient time for bidders (where entitled to bid for the new contract under the new procurement process to be chosen by the Trust) to compete in the new procurement and, if selected by the Trust, implement the intended replacement services.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The Trust has kept the extension period to the minimum it considers reasonably practicable in order to enable it to run the new competitive procurement and complete implementation of the required services. The Trust hopes that it will have concluded the procurement and the replacement services will have been implemented by the end of 2027 but has built in some contingency should the Trust consider that to be required.
Accordingly, the extension will be for 2 years with an option for the Trust, if it considers it necessary, to extend beyond this by a maximum further period of 1 year.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

Internal and external delays regarding the re-procurement. There is now insufficient time for the Trust to run its desired new competitive procurement. The Trust shall temporarily extend its existing SBS agreement with its current supplier (TPP), in order to provide sufficient time for bidders (where entitled to bid for the new contract under the new procurement process to be chosen by the Trust) to compete in the new procurement. The Trust has kept the extension period to the minimum it considers reasonably practicable in order to enable it to run the new competitive procurement and complete implementation of the required services.

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

24 January 2025

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

THE PHOENIX PARTNERSHIP (LEEDS) LTD

129 Low lane

Leeds

LS18 5PX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

04077829

Internet address

http://www.tpp-uk.com

The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £3,895,104.25


Section six. Complementary information

six.3) Additional information

Without limiting the Trust’s procurement options for the replacement services, the Trust can advise that it currently intends to use the LPP CDHS framework for its new procurement and that it intends to procure its replacement Community, Mental Health & Child Health solution from a single supplier where possible (accordingly, any qualifying prospective bidders which are participants in the LPP CDHS framework should familiarise themselves with the rules of the same, in preparation for the new procurement - the Trust’s detailed requirements being made known in due course).

six.4) Procedures for review

six.4.1) Review body

Bradford District Care NHS Foundation Trust

New Mill, Victoria Road

Shipley

BD18 3LD

Country

United Kingdom

Internet address

https://www.bdct.nhs.uk

six.4.2) Body responsible for mediation procedures

Bradford District Care NHS Foundation Trust

New Mill, Victoria Road

Shipley

BD18 3LD

Country

United Kingdom

Internet address

https://www.bdct.nhs.uk

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

Bradford District Care NHS Foundation Trust

New Mill, Victoria Road

Shipley

BD18 3LD

Country

United Kingdom

Internet address

https://www.bdct.nhs.uk