Section one: Contracting authority
one.1) Name and addresses
Guy's and St Thomas' NHS Foundation Trust
Great Maze Pond
London
SE1 9RT
Contact
Mark Fox/Neil Robertson
Telephone
+44 7833200315
Country
United Kingdom
Region code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
Buyer's address
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 Health Solutions (DHS)
Reference number
C111328
two.1.2) Main CPV code
- 48814000 - Medical information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
This is the next generation of the LPP Clinical Digital Solutions (CDS) for the Integrated Health Economy framework (2021/S 066-172631), which seeks to continue to support the NHS Long Term Plan by providing a route to market for all core clinical and care based digital solutions in use within the health and care sector.
The indicative timeline for the framework renewal is currently as follows (this is subject to change as the detailed scope, structure and requirements evolve):
Issue a detailed market briefing document to all suppliers that respond to the PIN by Jan 2023
Hold a supplier briefing day Feb 2023
Issue draft documentation to all suppliers participating in pre-tender market engagement March 2023
Meet with suppliers participating in pre-tender market engagement May/June 2023
Finalise ITT pack July 2023
ITT publication via an FTS procedure Aug 2023
Standstill/debrief Dec 2023
Contract Award Notice published Dec 2023
Framework Agreements signed Jan 2024
two.1.5) Estimated total value
Value excluding VAT: £5,000,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
two.2.4) Description of the procurement
The scope of this single lot framework agreement includes but is not limited to all clinical digital solutions & any associated hardware or software.
The framework will be divided into categories covering the following areas, the structure and content has not yet been finalised:
Patient administration system solutions –incl but not limited to: Standalone PAS solutions and system integrations/portals to support organisations either not ready for full EPR functionality or those that want to keep their PAS separate from their clinical wrap
Electronic health and care record solutions –incl but not limited to: A comprehensive range of both enterprise and best of breed EPR system solutions and system integrations/portals across Acute, Community, Mental Health and Ambulance care settings
Pathology system solutions -incl but not limited to: Core Laboratory Information Management Systems (LIMS) solutions, Integrated Blood Science Service Systems (includes Clinical Biochemistry, Haematology and Immunology), Blood Transfusion Systems, Blood Bank Systems, Genomics LIMS Systems and system integration/portals
Radiology system solutions -incl but not limited to: Picture Archiving and Communication System (PACS) solutions, Radiology Information System (RIS) solutions, Vendor Neutral Imaging Archive (VNIA) solutions and radiology system integration/portals
Pharmacy system solutions -incl but not limited to: Pharmacy Dispensing Systems, Electronics Prescribing Medicines Administration (EPMA) solutions, Ward based automation and kiosks, pharmacy workflow management, discharge planning and pharmacy system integration/portals
Patient support system solutions -incl but not limited to: Patient tracking and bed management systems, Personal Health Record (PHR), system integrations/portals and associated wearables and home devices
Specialist clinical system solutions -incl but not limited to: All specialist clinical systems such as maternity, child health, theatres, emergency department, cardiology, renal and system integrations/portals
Shared care record system solutions -incl but not limited to: Shared cared records spanning multiple organisations across both health and social care, Electronic Master Patient Index (EMPI), Record Locator Service (RLS), Integration Platform/portals, Informatics, Vendor Neutral Archive (VNA), Reporting and Population Health Analytics
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.
The current iteration of the framework is endorsed by the NHSE CCF Digital and Technology Category Strategy recommended routes to market for clinical software, SaaS and Apps (pillar 3).
https://transform.england.nhs.uk/key-tools-and-info/procurement-frameworks/procurement-framework-strategy-recommendations/
It is LPP’s intention to ensure ongoing NHSE CCF endorsement as part of this framework renewal process.
The primary purposes of this notice are to a) provide the market with an indicative timeline for the renewal of the existing LPP Clinical Digital Solutions (CDS) for the Integrated Health Economy framework (2021/S 066-172631) and b) seek expressions of interest for suppliers to participate in detailed pre-tender market engagement pertaining to the scope and structure of the replacement framework.
The current iteration of the framework is due to expire in March 2025 and a further competition for the end-to-end procurement of any clinical software solution can take up to 12 months to complete. It is essential that the replacement framework is awarded at least 12 months prior to the expiry of the existing framework. The existing framework will continue to run until March 2025 and the two frameworks (existing and future) will coexist for an overlap of 12 months.
two.2.14) Additional information
To express an interest in this opportunity for the purposes of contributing to, informing and refining the specifications and structure of the tender documentation then please go to https://health-family.force.com/s/Welcome to register to participate in subsequent rounds of pre-tender market engagement as per the above timetable. You will need to search to the contract ref C111328.
two.3) Estimated date of publication of contract notice
1 August 2023
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: No
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