Planning

Prior Information Notice (PIN) for the provision of Finance & Procurement ERP Technology in NHS North West London ICS

  • Chelsea and Westminster Hospital NHS Foundation Trust

F01: Prior information notice (prior information only)

Notice identifier: 2023/S 000-033525

Procurement identifier (OCID): ocds-h6vhtk-0417fd

Published 13 November 2023, 5:09pm



Section one: Contracting authority

one.1) Name and addresses

Chelsea and Westminster Hospital NHS Foundation Trust

Unit G3, Harbour Yard, Chelsea Harbour

London

SW10 0XD

Contact

NHS North West London Procurement Services acting for and on behalf of the lead contracting authority*, *Lead contracting authority subject to review at ITT stage

Email

clcht.nwlicsps-sourcing@nhs.net

Country

United Kingdom

Region code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

https://www.chelwest.nhs.uk

Buyer's address

https://www.chelwest.nhs.uk

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

Prior Information Notice (PIN) for the provision of Finance & Procurement ERP Technology in NHS North West London ICS

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

NWL ICS is seeking to design, develop, and procure new technologies and capabilities that are required to help modernise their ‘back office’ procurement and finance systems. The programme aims to deliver a high quality, and good value, system and support service to help streamline the transactions and activities that underpin the way Finance & Procurement capabilities operate.

The following principles are agreed by NWL CFOs:
• Consolidation of transactional services across NWL, supported by a single general ledger and finance and procurement system
• Agreement to consolidate outsourced contracts across organisations where contracts allow
• The migration to a single consolidated system across NWL for finance and procurement system.

The programme will act as a key enabler for change within the Corporate Service landscape, modernising technology, accelerating transition to cloud, replacing end-of-life technology and consolidating existing arrangements within each NHS Trust to deliver substantial cashable and non-cashable benefits for the cluster

The new shared service will have a focus on convergence across data, policies and processes, enabled by a scalable system, paving the way for increasing interoperability across the ICS and wider Healthcare system, with the procurement bringing together :

- 100+ finance & procurement users based across North West London
- 3 primary finance service providers or software solutions, a range of procurement systems and a plethora of other systems and tools across 7 NHS organisations varying in maturity, service provision and position.

The Authority is seeking to engage the market to work with the NHS Trusts and identified stakeholders to ensure the delivery of best in class, VfM (Value for Money), shared Finance & Procurement services which meet the needs of service users.

In order to meet the objectives of the Shared Services Strategy for Government outcomes and user needs of the NWL ICS, this procurement is seeking to purchase a Cloud based service leveraging the capabilities offered by a Software-as-a-Service (SaaS) ERP platform and associated technologies, and the necessary configuration, integration and business change / transformation.

Further information, including details of how to respond to a Request for Information (RFI) as part of Pre-Market Engagement, can be found at the end of this Notice.

two.1.5) Estimated total value

Value excluding VAT: £17,360,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48441000 - Financial analysis software package
  • 48100000 - Industry specific software package
  • 72267000 - Software maintenance and repair services
  • 72300000 - Data services
  • 72590000 - Computer-related professional services
  • 48217000 - Transaction-processing software package
  • 48219300 - Administration software package
  • 72200000 - Software programming and consultancy services
  • 72211000 - Programming services of systems and user software
  • 72260000 - Software-related services
  • 48490000 - Procurement software package
  • 72510000 - Computer-related management services
  • 72600000 - Computer support and consultancy services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72261000 - Software support services
  • 72210000 - Programming services of packaged software products
  • 72212451 - Enterprise resource planning software development services
  • 72250000 - System and support services
  • 72317000 - Data storage services
  • 72265000 - Software configuration services
  • 79211120 - Sales and purchases recording services
  • 72610000 - Computer support services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

two.2.4) Description of the procurement

The procurement is for a technology system and associated systems integration services.

The Authority envisages it will commence a “bundled procurement” for Technology (including ERP) & Systems Integration(SI) Services but is open to exploring alternative commercial models or consider lotting the procurement, through pre-market engagement and the response to the RFI.

By “bundled procurement” the Authority means that the Technology (including ERP) and SI suppliers work together in partnership from the outset to jointly propose a cohesive solution and delivery approach which meets the Authority’s outcome-based requirements and demonstrate they are a compatible supplier partnership.

Suppliers interested in this opportunity will have the option to
submit a response to a premarket engagement questionnaire (Request for Information -RFI) to capture market feedback. Please refer to section VI.3) Additional information below for further instructions on how to submit this response.

Please note that the market engagement activity will not be used to formally evaluate suppliers and any information shared will be used for information purposes only to provide insights and to assist NWL ICS to prepare for the procurement. Any information received or discussions held will not contribute to or influence the evaluation of any potential future tender submissions.

Participation in this exercise is optional with all associated costs to be borne by the supplier. Any decision not to participate will not preclude any suppliers from participation in any subsequent procurement process following the eventual Contract Notice.

Subject to all necessary approvals, the Authority anticipates a competition launch date in February 2024 with award in June 2024. This does not signify the commencement of any procurement process and does not constitute any commitment by NHS North West London ICS. If the Authority decides to commence any procurement process(es) as contemplated by this notice, a separate notice(s) will be published at the relevant time.

There are likely to be market engagement sessions scheduled following on from the initial RFI process. Further details and indicative timeframes for engagement will be provided at a future date.

The Authority intends to undertake a procurement in-line with this section.

This prior information notice has been issued to pre-market consultation as permitted by Regulation 40. Nothing in this prior information notice is intended to commit the Authority to a subsequent procurement.

two.2.14) Additional information

Through the esourcing portal; https://health-family.force.com/s/Welcome

- Suppliers will be able to receive a copy of the RFI from the Authority to respond to

- Access updates on any planned arrangements for supplier engagement sessions.

two.3) Estimated date of publication of contract notice

29 February 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

How to participate in this market engagement process:

1. Register on the Health Family Single eCommercial System (Atamis) (this is only required once, URL below):

https://health-family.force.com/s/Welcome

Click the link to register - Accept the terms & conditions & click ‘Agree’ - Enter your correct business & user details & click ‘Submit’. You will receive account confirmation via email.

Please note. Interested suppliers must ensure they are registered on the Health Family Single eCommercial System (Atamis) to participate in any future procurement opportunities. Please ensure that the person who will be conducting the communications on behalf of your organisation is the official contact in your Atamis registration.

2. Search for this opportunity Atamis and submit a return by 12:00 GMT on Friday 01 December 2023 via the portal.

All associated questions and/or clarifications must be communicated through the Health Family E-Sourcing portal, adhering to Public Contracts Regulations 2015, section 18, transparency requirements.

The publication of this notice does not constitute any commitment by NHS North West London ICS.


NHS North West London ICS expressly reserves the rights (i) amend or adapt scope of requirements before formal release of tender (ii) to cancel this procurement at any stage; (iii) to not award any contract as a result of the procurement process commenced by publication of this notice; (iv) and in no circumstances will NHS North West London ICS be liable for any costs incurred by potential suppliers.

For further assistance with regards registering on Atamis, please consult the available help;

Phone; 0800 9956035

Email; support-health@atamis.co.uk