Planning

Clinical Digital Professional Services (CDPS) Framework - Replacement

  • Guy's and St Thomas' NHS Foundation Trust

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-017107

Procurement identifier (OCID): ocds-h6vhtk-046ce3

Published 3 June 2024, 10:18am



Section one: Contracting authority

one.1) Name and addresses

Guy's and St Thomas' NHS Foundation Trust

Great Maze Pond

London

SE1 9RT

Contact

Christopher Black

Email

cds@gstt.nhs.uk

Country

United Kingdom

Region code

UKI44 - Lewisham and Southwark

Internet address(es)

Main address

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

Buyer's address

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

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from 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

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Clinical Digital Professional Services (CDPS) Framework - Replacement

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

A new framework agreement to replace the current Clinical Digital Professional Services (CDPS) framework which is due to expire on 14 December 2024. The new framework will cover the full suite of clinical digital professional services, including services pertaining to both proprietary solutions and opensource solutions. All standalone, clinical system focused professional services, will be covered.

The Authority intends to award this framework via five lots as follows:

Lot 1 – Cloud Hosting, Environment Build, Operation and Maintenance Professional Services
Lot 2 – Design, Development, and Deployment Professional Services including Hosting
Lot 3 – Implementation Professional Services
Lot 4 – Integration Professional Services
Lot 5 – General Clinical Digital Professional Services. Including Support, Strategy, Optimization Business Case

The framework agreement will allow for further competition and direct award to all awarded suppliers. In order to facilitate direct award, this framework will require the submission of national list pricing that will be published in a catalogue to all potential drawdown authorities in full and unrestricted.

Bidders are welcomed to register their interest using Atamis project reference: C286277

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72590000 - Computer-related professional services
  • 72250000 - System and support services
  • 72263000 - Software implementation services
  • 72421000 - Internet or intranet client application development services
  • 72422000 - Internet or intranet server application development services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of this multi lot framework agreement includes the full suite of clinical digital professional services, including services pertaining to both proprietary solutions and opensource solutions. All standalone, clinical system focused professional services, will be covered.

The type of Services the Authority are looking to include within remit of the framework are as follows:

• Technical architecture, development, integration;
• Specialist programme delivery, PMO and planning ;
• Digital communications;
• Financial management;
• Specialist technology consultancy;
• Digital strategy and business case support;
• Information Governance;
• Clinical safety.

Suppliers must have significant experience in the provision of professional services pertaining to proprietary (i.e. closed-source) clinical software solutions for use in healthcare environments. These professional services must relate to the identification and/or requirements design and/or deployment and implementation of proprietary clinical systems/software solutions.

Suppliers must provide evidence of directly relevant and hands-on experience of working with the types of technologies and platforms found within clinical environments, experience of working within the complex, digital health and care landscape.

An example of a large-scale healthcare environment may be an environment hosting over 10m discrete person records with growth of up to 1m per month, with over 700 contributing GP organisations, over 10 contributing acute trusts and other types of health and social care providers using transactional real-time messaging and bulk data transfers. Total stored data may exceed 70 TB, on average over 20 database servers and over 80 application servers, all of which may be anticipated to increase over time:

• analysis, architecture, and design services;
• clinical informatics and data modelling expertise;
• software development services;
• assurance, testing, and clinical safety services;
• technical custodian services;
• deployment of new publisher and subscriber feeds;
• population health and SQL services;
• project delivery services;
• business analyst and technical specification services.

The framework agreement will allow for both further competition and direct award to all awarded suppliers.

It is the intention of the NHS London Procurement Partnership to ensure NHSE CCF endorsement and Spend Controls approval as part of the establishment of this framework.

The primary purpose of this notice is to both:

a) provide the supply market with an indicative timetable for the procurement of the framework and;

b) encourage expressions of interest for suppliers to participate in detailed pre-tender market engagement to support the finalisation of the scope, structure and award mechanics of the framework.

The provisional timeline for the procurement is as follows:

Pin Released - June 2024
Engage Market - July 2024
ITT Released - August 2024
Evaluation of Tenders - September/October 2024
CCF / Cabinet Office Approval - October/November 2024
Award - December 2024

two.3) Estimated date of publication of contract notice

26 August 2024


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The framework agreement shall include the following organisations in the United Kingdom and their respective statutory successors and organisations created as a result of structural re-organisations or organisational changes:

• Central government departments and their executive agencies
• Non-departmental public bodies
• National Health Service (NHS) bodies, including Clinical Commissioning Groups, NHS trusts, NHS foundation trusts, their subsidiaries, NHS GP’s, a special health authority and a local health board in England and Wales and other constituent bodies in Wales, Scotland and Northern Ireland
• All Local Authorities
• All Combined Authorities
• Police forces and other emergency services, fire and rescue services, the maritime and Coast guard agency
• Educational establishments
• Registered social landlords
• Registered charities
• Devolved and other administrations within the British Isles
• Healthcare providers in the Channel Islands
• NI Public Bodies
• Any private sector organisations with a similar need