Notice Information
Notice Title
Community, Mental and Child Health Services Electronic Clinical Information System
Notice Description
Contract extension of the Trust's current Call off Contract with The Phoenix Partnership (Leeds) Ltd procured under NHS Shared Business Services Provision of Electronic Clinical Information Systems framework to support the Trust's Community, Mental and Child Health Services.
Lot Information
Lot 1
The Trust has been evaluating its options for re-procurement of the Services described above for over 18 months. There have been internal and external delays, for example with the availability of NHS recommended frameworks. The Trust has also been exploring the potential of and intends to pursue further a shared approach to procurement, with other Trusts within the West Yorkshire Integrated Care System (ICS). These activities have militated against the Trust being able to begin a new competitive procurement (for services similar to the Services under its existing contract with TPP) to date however the Trust intends to begin that process soon.
Notwithstanding current procurement legislation (e.g. it may be that Regulation 72 (1) (b) and/or Regulation 72 (1) (e) of the Public Contracts Regulations 2015 (as amended) could apply to the change described in this notice) with just over 6 months left to run on its current SBS contract, there is now insufficient time for the Trust to run its desired new competitive procurement..
The Trust has therefore no option but to temporarily extend its existing SBS agreement with its current supplier, TPP in order to provide sufficient time for bidders (where entitled to bid for the new contract under the new procurement process to be chosen by the Trust) to compete in the new procurement and, if selected by the Trust, implement the intended replacement services. Additional information: The Trust has kept the extension period to the minimum it considers reasonably practicable in order to enable it to run the new competitive procurement and complete implementation of the required services. The Trust hopes that it will have concluded the procurement and the replacement services will have been implemented by the end of 2027 but has built in some contingency should the Trust consider that to be required.
Accordingly, the extension will be for 2 years with an option for the Trust, if it considers it necessary, to extend beyond this by a maximum further period of 1 year.
Procurement Information
Internal and external delays regarding the re-procurement. There is now insufficient time for the Trust to run its desired new competitive procurement. The Trust shall temporarily extend its existing SBS agreement with its current supplier (TPP), in order to provide sufficient time for bidders (where entitled to bid for the new contract under the new procurement process to be chosen by the Trust) to compete in the new procurement. The Trust has kept the extension period to the minimum it considers reasonably practicable in order to enable it to run the new competitive procurement and complete implementation of the required services.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04db53
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/003583-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
-
- CPV Codes
48000000 - Software package and information systems
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £3,895,104 £1M-£10M
Notice Dates
- Publication Date
- 4 Feb 20251 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 24 Jan 20251 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BRADFORD DISTRICT CARE NHS FOUNDATION TRUST
- Contact Name
- Tim Rycroft, Chief Information Officer
- Contact Email
- tim.rycroft@bdct.nhs.uk
- Contact Phone
- +44 7876447508
Buyer Location
- Locality
- SHIPLEY
- Postcode
- BD18 3LD
- Post Town
- Bradford
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE41 Bradford
- Delivery Location
- TLE41 Bradford
-
- Local Authority
- Bradford
- Electoral Ward
- Shipley
- Westminster Constituency
- Shipley
Further Information
Notice URLs
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-04db53-2025-02-04T10:00:52Z",
"date": "2025-02-04T10:00:52Z",
"ocid": "ocds-h6vhtk-04db53",
"description": "Without limiting the Trust's procurement options for the replacement services, the Trust can advise that it currently intends to use the LPP CDHS framework for its new procurement and that it intends to procure its replacement Community, Mental Health & Child Health solution from a single supplier where possible (accordingly, any qualifying prospective bidders which are participants in the LPP CDHS framework should familiarise themselves with the rules of the same, in preparation for the new procurement - the Trust's detailed requirements being made known in due course).",
"initiationType": "tender",
"tender": {
"id": "C334152",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Community, Mental and Child Health Services Electronic Clinical Information System",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
"mainProcurementCategory": "goods",
"description": "Contract extension of the Trust's current Call off Contract with The Phoenix Partnership (Leeds) Ltd procured under NHS Shared Business Services Provision of Electronic Clinical Information Systems framework to support the Trust's Community, Mental and Child Health Services.",
"lots": [
{
"id": "1",
"description": "The Trust has been evaluating its options for re-procurement of the Services described above for over 18 months. There have been internal and external delays, for example with the availability of NHS recommended frameworks. The Trust has also been exploring the potential of and intends to pursue further a shared approach to procurement, with other Trusts within the West Yorkshire Integrated Care System (ICS). These activities have militated against the Trust being able to begin a new competitive procurement (for services similar to the Services under its existing contract with TPP) to date however the Trust intends to begin that process soon.<br/>Notwithstanding current procurement legislation (e.g. it may be that Regulation 72 (1) (b) and/or Regulation 72 (1) (e) of the Public Contracts Regulations 2015 (as amended) could apply to the change described in this notice) with just over 6 months left to run on its current SBS contract, there is now insufficient time for the Trust to run its desired new competitive procurement..<br/>The Trust has therefore no option but to temporarily extend its existing SBS agreement with its current supplier, TPP in order to provide sufficient time for bidders (where entitled to bid for the new contract under the new procurement process to be chosen by the Trust) to compete in the new procurement and, if selected by the Trust, implement the intended replacement services. Additional information: The Trust has kept the extension period to the minimum it considers reasonably practicable in order to enable it to run the new competitive procurement and complete implementation of the required services. The Trust hopes that it will have concluded the procurement and the replacement services will have been implemented by the end of 2027 but has built in some contingency should the Trust consider that to be required. <br/> Accordingly, the extension will be for 2 years with an option for the Trust, if it considers it necessary, to extend beyond this by a maximum further period of 1 year.",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKE41"
}
],
"deliveryLocation": {
"description": "BDCFT HQ, New Mill ,Victoria Road, Saltaire, Shipley, West Yorkshire, BD18 3LD"
},
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "Internal and external delays regarding the re-procurement. There is now insufficient time for the Trust to run its desired new competitive procurement. The Trust shall temporarily extend its existing SBS agreement with its current supplier (TPP), in order to provide sufficient time for bidders (where entitled to bid for the new contract under the new procurement process to be chosen by the Trust) to compete in the new procurement. The Trust has kept the extension period to the minimum it considers reasonably practicable in order to enable it to run the new competitive procurement and complete implementation of the required services."
},
"awards": [
{
"id": "003583-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-106505",
"name": "THE PHOENIX PARTNERSHIP (LEEDS) LTD"
}
]
}
],
"parties": [
{
"id": "GB-FTS-136933",
"name": "Bradford District Care NHS Foundation Trust",
"identifier": {
"legalName": "Bradford District Care NHS Foundation Trust"
},
"address": {
"streetAddress": "New Mill, Victoria Road",
"locality": "Shipley",
"region": "UKE41",
"postalCode": "BD18 3LD",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Tim Rycroft, Chief Information Officer",
"telephone": "+44 7876447508",
"email": "tim.rycroft@bdct.nhs.uk"
},
"roles": [
"buyer",
"reviewBody",
"mediationBody",
"reviewContactPoint"
],
"details": {
"url": "https://www.bdct.nhs.uk",
"buyerProfile": "https://www.bdct.nhs.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-106505",
"name": "THE PHOENIX PARTNERSHIP (LEEDS) LTD",
"identifier": {
"legalName": "THE PHOENIX PARTNERSHIP (LEEDS) LTD",
"id": "04077829"
},
"address": {
"streetAddress": "129 Low lane",
"locality": "Leeds",
"region": "UK",
"postalCode": "LS18 5PX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.tpp-uk.com",
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-136933",
"name": "Bradford District Care NHS Foundation Trust"
},
"contracts": [
{
"id": "003583-2025-1",
"awardID": "003583-2025-1",
"status": "active",
"value": {
"amount": 3895104.25,
"currency": "GBP"
},
"dateSigned": "2025-01-24T00:00:00Z"
}
],
"language": "en"
}