Tender

NHS England - Dynamic Purchasing System for the Provision of Lloyd George Record Digitialisation Services

  • NHS England

F02: Contract notice

Notice identifier: 2024/S 000-024098

Procurement identifier (OCID): ocds-h6vhtk-0486a8

Published 1 August 2024, 10:50am



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Garry Mitchell

Email

commercial.procurementhub@nhs.net

Telephone

+44 7786275627

Country

United Kingdom

Region code

UK - United Kingdom

NHS Organisation Data Service

NHS England

Internet address(es)

Main address

https://www.england.nhs.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://atamis-1928.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-1928.my.site.com/s/Welcome

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS England - Dynamic Purchasing System for the Provision of Lloyd George Record Digitialisation Services

Reference number

NHSE/DPS/00001

two.1.2) Main CPV code

  • 79999100 - Scanning services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England (NHSE) are seeking to extend the existing DPS to support the national approach to the digitisation of Lloyd George records in GP practices. Corresponding TED notice reference is 2020/S 027-063375 published on 7 August 2020.

The National Commercial & Procurement Hub (on behalf of NHSE) is seeking suitably experienced and qualified suppliers to join a Dynamic Purchasing System (DPS) as the vehicle for the procurement of digitisation services for NHS Integrated Care Boards (ICB's), and other Contracting Authorities identified on a regional or local basis.

The DPS will be divided into three Categories (Lots):

Lot 1 Scanning services

Lot 2 Integration with foundation clinical system

Lot 3 Scanning services/integration with foundation clinical system (being the aggregate subject-matter of Lots 1 and 2).

Suppliers interested in performing the services covered by both Lots 1 and 2, may apply for Lot 3 in addition to applying for both Lots 1 and 2.

The awarding of specific contracts will be via invitation to tender to Suppliers listed on the established DPS.

Contracting Authorities will be able to use the DPS to award specific contracts by inviting suppliers listed to compete via an ITT.

Full details and procurement documents can be found on Atamis after supplier registration by accessing via the reference and link below.

DPS for digitisation of Lloyd George records

Reference C299199

https://atamis-1928.my.site.com/s/Welcome

two.1.5) Estimated total value

Value excluding VAT: £90,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Scanning Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)
  • 63121100 - Storage services
  • 72317000 - Data storage services
  • 72512000 - Document management services
  • 79996100 - Records management
  • 92512100 - Archive destruction services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 is for scanning services which includes the end to end process of collection of records, scanning, quality assurance, and destruction (see specification for full details).

Contracting Authorities will be able to use the DPS to award specific contracts by inviting suppliers listed to compete via an ITT.

The estimated total value is £90m split across the 3 lots. Contract values for each lot will vary according to the Lots that Contracting Authorities select to use. The estimated total maximum value for the duration of the extension for Lot 1 is £75m.

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: £75,000,000

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

Duration in months

24

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

Further Lots may be added to support the national roll out of Lloyd George, extension to other UK countries or other types of medical records scanning e.g. hospital records. Please refer to the accompanying Memorandum of Information for more detail as to the actual and potential scope of the DPS.

two.2) Description

two.2.1) Title

Integration with Foundation Clinical System

Lot No

2

two.2.2) Additional CPV code(s)

  • 48613000 - Electronic data management (EDM)
  • 48814400 - Clinical information system
  • 72512000 - Document management services
  • 79996100 - Records management

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 - integration with foundation clinical system requires either:

• the upload of the digital LG records directly to the patient record in the GP practice clinical system; or

• store the digital LG records in an e-cloud hosted solution and provide a link to the digital file from within the patient record in the GP practice clinical system.

Contracting Authorities will be able to use the DPS to award specific contracts by inviting suppliers listed to compete via an ITT.

The estimated total value is £90m split across the 3 lots. Contract values for each lot will vary according to the Lots that Contracting Authorities select to use. The estimated total maximum value for the duration of the extension for Lot 2 is £17.5m.

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: £17,500,000

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

Duration in months

24

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

Further Lots may be added to support the national roll out of Lloyd George, extension to other UK countries or other types of medical records scanning e.g. hospital records. Please refer to the accompanying Memorandum of Information for more detail as to the actual and potential scope of the DPS.

two.2) Description

two.2.1) Title

Scanning Services and Integration with Clinical Foundation System

Lot No

3

two.2.2) Additional CPV code(s)

  • 48613000 - Electronic data management (EDM)
  • 48814400 - Clinical information system
  • 60000000 - Transport services (excl. Waste transport)
  • 63121000 - Storage and retrieval services
  • 72317000 - Data storage services
  • 72512000 - Document management services
  • 79996100 - Records management
  • 92512100 - Archive destruction services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 is for:

• scanning services which includes the end to end process of collection of records, scanning, quality assurance, and destruction (see specification for full details); and

• integration with foundation clinical system which requires either:

o the upload of the digital LG records directly to the patient record in the GP practice clinical system; or

o store the digital LG records in an e-cloud hosted solution and provide a link to the digital file from within the patient record in the GP practice clinical system.

Contracting Authorities will be able to use the DPS to award specific contracts by inviting suppliers listed to compete via an ITT.

The estimated total value is £90m split across the 3 lots. Contract values for each lot will vary according to the Lots that Contracting Authorities select to use. The estimated total maximum value for the duration of the extension for Lot 3 is £90m.

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: £90,000,000

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

Duration in months

24

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

Further Lots may be added to support the national roll out of Lloyd George, extension to other UK countries or other types of medical records scanning e.g. hospital records. Please refer to the accompanying Memorandum of Information for more detail as to the actual and potential scope of the DPS.


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

See Selection Questionnaire

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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: 2020/S 027-063375

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

Date

2 August 2026

Local time

12:00am

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The overarching technical specification upon which the Dynamic Purchasing System is established will be subject to change throughout the lifetime of the Dynamic Purchasing System in order to achieve alignment with national standards as they evolve. For more information on this, please refer to the accompanying Memorandum of Information.

The scope of the Dynamic Purchasing System may be subject to variation throughout its lifetime in order to incorporate digitisation services which span across other parts of the UK or additional care settings (including secondary and urgent care). This may be by way of the addition of lots or otherwise. For more information on this, please refer to the accompanying Memorandum of Information.

Any such change will be subject to full approval and economic operators will be notified of any such planned changes.

It is envisaged that this Dynamic Purchasing System, once established, will be used by the following public sector bodies (and all successors thereto) in England as described below.

The public sector bodies to whom the use of this Dynamic Purchasing System will be open include:

(1) All National Health Service (NHS) bodies in England, including but not limited to

(i) acute trusts

(ii) health and care trusts

(iii) mental health trusts

(iv) Integrated Care Systems (ICBs)

(v) ambulance trusts

(vi) area teams

(vii) special health authorities

(viii) NHS England.

(2) All local authorities

Interested providers will be able to view this notice via the e-procurement system Atamis, available on the following link:

https://atamis-1928.my.site.com/s/Welcome

In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents.

On registration, please include at least two contacts to allow for access to the system in times of absence.

The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015 (as amended). This contract will therefore be awarded in accordance with the provisions applicable in Regulation 5 of the Public Contracts Regulations 2015 and the Dynamic Purchasing System operated in accordance with Regulation 34 thereof.

The contracting authority intends to observe the provisions and 10 day standstill period described in the Public Contracts Regulations 2015 (as amended) as far as applicable. Unsuccessful Bidders and applicants will receive scores and reasons why the Bidder/applicant was unsuccessful. Deadlines for lodging appeals should be in accordance with the Regulations.

six.4) Procedures for review

six.4.1) Review body

NHS England

Quarry House, Quarry Hill

Leeds

LS2 7UE

Email

commercial.procurementhub@nhs.net

Telephone

+44 7786275627

Country

United Kingdom