Notice Information
Notice Title
Workforce Technology Systems
Notice Description
This framework is being brought to the market through the NHS Workforce Alliance and is a new framework for locally delivered Workforce Technology Systems. The framework seeks to continue to support the NHS Long Term Plan and Digital People Plan by providing a route to market for all software systems and digital solutions in use, to support the management, deployment and development of jobs and staff and associated reporting and analytics. The framework will set out to establish minimum standards with regards to interoperability, Service Levels, Key Performance Indicators and to support the development of the market in regards transparency of solutions and perceived value<br/><br/>The indicative timeline for the framework procurement is currently as follows (this is subject to change as the detailed scope, structure and requirements evolve):<br/>Issue a detailed market briefing document to all suppliers that respond to the PIN<br/>by June 2024<br/>Hold supplier briefing sessions throughout June 2024 and again in August / September 2024<br/>Issue draft documentation to all suppliers participating in pre-tender market engagement September 2024<br/>Meet with suppliers participating in pre-tender market engagement June-August 2024<br/>Finalise ITT pack September 2024<br/>ITT publication September / October 2024<br/>Standstill / Debrief Jan 2025<br/>Contract Award Notice published Jan 2025<br/>Framework Agreements signed Jan / Feb 2025
Lot Information
Lot 1
The scope of this multi lot framework agreement includes all workforce software, training systems, Human Resource Application Software or anything which can be reasonably described as Workforce Technology.
The framework Lots will be divided into sub-categories (Sub-Lots) and will support the procurement of the above listed solution types (II.2 - Description), and anything which can be described in a similar way, in the hopes that this framework will enable innovation and evolution of systems and software available in the market throughout the life of the framework whilst setting clear standards for data and interoperability.
The framework agreement will allow for both further competition and direct award to all
awarded suppliers.
In order to facilitate direct award, this framework will require either, or a combination of;
a) The submission of a full and unrestricted National Price list which will be published in a catalogue and available to all potential contracting authorities with details of additional savings through collaborative or group purchasing activities.
b) Specific details around the interoperability of supporting solutions with either;
a. in-situ solutions,
b. collective solution procurement (where the dominant solution is being competitively sourced or procured via direct award as per (a)), or
c. where the solution is an advancement in the evolution of the product lifecycle or an additional feature to the original software (for example; a solution purchased to provide job planning but has developed a Junior Doctor Module with seamless interoperability which removes the need for a secondary procurement resulting in an alternative provider and additional interoperability complications).
c) Where a merger of contracting authorities / organisations takes place and multiple solutions are in place, the decision can be made to harmonise solutions whereby the Trusts can support an award based on the performance SLA's and KPI's of the incumbent provider, or where either part (a) or (b) can be satisfied.
d) Where a merger or "buy-out" of Solution Providers takes place, contracting authorities can choose to direct award to the "new" provider in so much that either (a) or (b) (or both) can be satisfied.
It is the intention of the NHS Workforce Alliance 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0458e5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015053-2024
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
48000000 - Software package and information systems
79600000 - Recruitment services
Notice Value(s)
- Tender Value
- £500,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 May 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 30 Sep 2024Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GUY'S AND ST THOMAS' NHS FOUNDATION TRUST
- Contact Name
- Phil Barrington
- Contact Email
- cds@lpp.nhs.uk
- Contact Phone
- +44 7833188774
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 9RT
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI44 Lewisham and Southwark
- Delivery Location
- Not specified
-
- Local Authority
- Southwark
- Electoral Ward
- London Bridge & West Bermondsey
- Westminster Constituency
- Bermondsey and Old Southwark
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0458e5-2024-05-10T16:15:17+01:00",
"date": "2024-05-10T16:15:17+01:00",
"ocid": "ocds-h6vhtk-0458e5",
"description": "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 for the contract ref: C283152 - Workforce Technology Systems.<br/><br/>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:<br/>* Central government departments and their executive agencies<br/>* Non-departmental public bodies<br/>* 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<br/>* All Local Authorities<br/>* All Combined Authorities<br/>* Police forces and other emergency services, fire and rescue services, the maritime and Coast guard agency<br/>* Educational establishments<br/>* Registered social landlords<br/>* Registered charities<br/>* Devolved and other administrations within the British Isles<br/>* Healthcare providers in the Channel Islands<br/>* NI Public Bodies<br/>* Any private sector organisations with a similar need",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0458e5",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Workforce Technology Systems",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
"mainProcurementCategory": "goods",
"description": "This framework is being brought to the market through the NHS Workforce Alliance and is a new framework for locally delivered Workforce Technology Systems. The framework seeks to continue to support the NHS Long Term Plan and Digital People Plan by providing a route to market for all software systems and digital solutions in use, to support the management, deployment and development of jobs and staff and associated reporting and analytics. The framework will set out to establish minimum standards with regards to interoperability, Service Levels, Key Performance Indicators and to support the development of the market in regards transparency of solutions and perceived value<br/><br/>The indicative timeline for the framework procurement is currently as follows (this is subject to change as the detailed scope, structure and requirements evolve):<br/>Issue a detailed market briefing document to all suppliers that respond to the PIN<br/>by June 2024<br/>Hold supplier briefing sessions throughout June 2024 and again in August / September 2024<br/>Issue draft documentation to all suppliers participating in pre-tender market engagement September 2024<br/>Meet with suppliers participating in pre-tender market engagement June-August 2024<br/>Finalise ITT pack September 2024<br/>ITT publication September / October 2024<br/>Standstill / Debrief Jan 2025<br/>Contract Award Notice published Jan 2025<br/>Framework Agreements signed Jan / Feb 2025",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The scope of this multi lot framework agreement includes all workforce software, training systems, Human Resource Application Software or anything which can be reasonably described as Workforce Technology.<br/><br/>The framework Lots will be divided into sub-categories (Sub-Lots) and will support the procurement of the above listed solution types (II.2 - Description), and anything which can be described in a similar way, in the hopes that this framework will enable innovation and evolution of systems and software available in the market throughout the life of the framework whilst setting clear standards for data and interoperability.<br/><br/>The framework agreement will allow for both further competition and direct award to all<br/>awarded suppliers. <br/><br/>In order to facilitate direct award, this framework will require either, or a combination of;<br/>a) The submission of a full and unrestricted National Price list which will be published in a catalogue and available to all potential contracting authorities with details of additional savings through collaborative or group purchasing activities.<br/>b) Specific details around the interoperability of supporting solutions with either; <br/>a. in-situ solutions, <br/>b. collective solution procurement (where the dominant solution is being competitively sourced or procured via direct award as per (a)), or <br/>c. where the solution is an advancement in the evolution of the product lifecycle or an additional feature to the original software (for example; a solution purchased to provide job planning but has developed a Junior Doctor Module with seamless interoperability which removes the need for a secondary procurement resulting in an alternative provider and additional interoperability complications).<br/>c) Where a merger of contracting authorities / organisations takes place and multiple solutions are in place, the decision can be made to harmonise solutions whereby the Trusts can support an award based on the performance SLA's and KPI's of the incumbent provider, or where either part (a) or (b) can be satisfied.<br/>d) Where a merger or \"buy-out\" of Solution Providers takes place, contracting authorities can choose to direct award to the \"new\" provider in so much that either (a) or (b) (or both) can be satisfied.<br/><br/>It is the intention of the NHS Workforce Alliance to ensure NHSE CCF endorsement and Spend Controls approval as part of the establishment of this framework.<br/><br/>The primary purpose of this notice is to both:<br/>a) provide the supply market with an indicative timetable for the procurement of the framework and; <br/>b) encourage expressions of interest for suppliers to participate in detailed pre-tender market<br/>engagement to support the finalisation of the scope, structure and award mechanics of the framework.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "This will be a national framework."
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2024-10-01T00:00:00+01:00",
"atypicalToolUrl": "https://health-family.force.com/s/Welcome"
}
},
"parties": [
{
"id": "GB-FTS-9768",
"name": "Guy's and St Thomas' NHS Foundation Trust",
"identifier": {
"legalName": "Guy's and St Thomas' NHS Foundation Trust"
},
"address": {
"streetAddress": "Great Maze Pond",
"locality": "London",
"region": "UKI44",
"postalCode": "SE1 9RT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Phil Barrington",
"telephone": "+44 7833188774",
"email": "cds@lpp.nhs.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.lpp.nhs.uk/",
"buyerProfile": "https://www.lpp.nhs.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-9768",
"name": "Guy's and St Thomas' NHS Foundation Trust"
},
"language": "en"
}