Opportunity

Immersive, Simulation and Related Technologies Dynamic Purchasing System

  • Guy's and St Thomas' NHS Foundation Trust

F02: Contract notice

Notice reference: 2023/S 000-024186

Published 17 August 2023, 2:00pm



Section one: Contracting authority

one.1) Name and addresses

Guy's and St Thomas' NHS Foundation Trust

Great Maze Pond

London

SE1 9RT

Contact

shah miah

Email

CDS@lpp.nhs.uk

Telephone

+44 7833180036

Country

United Kingdom

NUTS code

UKI44 - Lewisham and Southwark

Internet address(es)

Main address

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

Buyer's address

https://www.lpp.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

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Immersive, Simulation and Related Technologies Dynamic Purchasing System

Reference number

C187117

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS England Technology Enhanced Learning Team ‘s National Strategic Vision for Simulation and Immersive Technologies in health and care explores how high-quality simulation-based programmes can be applied to help address system-wide challenges being faced within the health and care sector. Immersive and simulation technologies are revolutionizing health and care education, growing in popularity across all sectors and disciplines, and offering different ways of supporting and engaging with learners. The NHS Long Term Workforce Plan describes the need to expand training, improve retention and reform education delivery, including through expanding the use of simulation and improving the adoption of immersive technologies.

NHS LPP on behalf of NHSE are leading on the procurement to implement a new Dynamic purchasing System (DPS) as a compliant route to market for buyers and commissioners. The vision is to develop a new national agreement for simulation, extended reality (XR) and other related technology providers focusing on education and training services.

NHS LPP on behalf of NHSE are leading on the procurement to implement a new Dynamic purchasing System (DPS) as a compliant route to market for buyers and commissioners. The vision is to develop a new national agreement for XR providers focusing on education and training services.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 72212190 - Educational software development services
  • 80000000 - Education and training services
  • 72212517 - IT software development services
  • 48190000 - Educational software package
  • 80511000 - Staff training services
  • 34152000 - Training simulators
  • 39162000 - Educational equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The London Procurement Partnership is advertising for suppliers for a Immersive, Simulation and Related Technologies Dynamic Purchasing System.
The aim of this dynamic purchasing system is to provide a national NHS approved procurement channel for health and care and education providers (and all public sector bodies) with a route to accessing best in class XR, immersive learning and related technologies; smoothing the way to accelerating and scaling their adoption, driving maximum benefit and solving workforce challenges.
The initial category sub-category covered under this DPS are:
Sub-category 1.1 – Part task, skills or procedural training technologies
Sub-Category 1.2 – Immersive learning hardware
Sub-Category 1.3 – Software and applications
Sub-Category 1.4 – Content development
Sub-Category 1.5 – Public, patient and service user education
Sub-Category 1.6 – Research, innovation and evaluation
Sub-Category 1.7 – Professional services and technical support
Sub-Category 1.8 – Support equipment and tools for cleaning and maintenance

Potential bidders should register their Organisations on the Health Family Single eCommercial System https://health-family.force.com/s/Welcome
And register their interest on project ID ref; C187117

two.2.5) Award criteria

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

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The authority reserves the right to extend in 12-month increments

two.2.10) Information about variants

Variants will be accepted: No

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 framework agreement can be accessed via agreement by LPP and 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 (a list of such departments and executive
agencies can be found at http://www.cabinetoffice.gov.uk/government-business/government-ministersresponsibilities.aspx),
— non-departmental public bodies (NDPBs) (a list of NDPBs can be found at Annex A to the Public Bodies
Directory 2007 published by the cabinet office) which can be found at https://www.gov.uk/guidance/publicbodies-reform
— National Health Service (NHS) bodies, including Clinical Commissioning Groups, NHS trusts, NHS
foundation trusts, a special health authority and a local health board in England and Wales and other constituent
bodies in Wales, Scotland and Northern Ireland including but not limited to: the Scottish ambulance service,
— lists of all of such NHS bodies can be found at:
http://www.nhs.uk/Servicedirectories/pages/nhstrustlisting.aspx
http://www.wales.nhs.uk/nhswalesaboutus/structure
https://www.scot.nhs.uk/organisations/
http://www.hscni.net/index.php?link=hospitals
— all local authorities, a list of such authorities being available at: http://www.direct.gov.uk/en/Dl1/Directories/
Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG
— police forces and other emergency services, including fire and rescue services, the maritime and coastguard
agency and other rescue authorities a list of police authorities and fire and rescue services can be found
respectively at the following:
http://www.police.uk/forces.htm
https://www.fireservice.co.uk/information/ukfrs/
— educational establishments i.e. schools maintained by local authorities, academies, city technology colleges,
further education establishments and universities; https://www.gov.uk/check-a-university-is-officially-recognised/
recognised-bodies
— registered social landlords (RSLs), a list of such authorities being available at: https://www.gov.uk/
government/publications/current-registered-providers-of-social-housing
— registered charities, as detailed at http://www.charity-commission.gov.uk/
— devolved and other administrations within the British Isles, including those detailed at:
• (in the case of Scotland) http://scotland.gov.uk/Home and http://www.scottish.parliament.uk/
• (in the case of Wales) http://new.wales.gov.uk/?llang=en,OJ/S
— healthcare providers in the channel islands:
https://gov.gg
https://www.gov.je


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-001212

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

Date

3 September 2027

Local time

12:00pm

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

21 August 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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

In accordance with Regulation 34(18) of the Public Contract Regulations 2015, the time period for the evaluation of the initial SQ submissions received during the initial 30 day period will be extended 20 calendar days, following which the Contracting Authority will notify the Tenderer of the outcome of their SQ submission.

Due to the extended evaluation period, the date when further competitions may be issued to DPS suppliers will not start until 18th September 2023. Thereafter, and for the duration of the DPS, the Contracting Authority will inform Tenderers of the outcome of their SQ submission within 10 days of receipt of the SQ submission, which may be extended to 15 days in individual circumstances.

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/

six.4.2) Body responsible for mediation procedures

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/