Notice Information
Notice Title
Maternity EPR System
Notice Description
Complete Maternity EPR system
Planning Information
Request for Information (RFI) – Maternity Electronic Patient Record (EPR) Early Market Engagement / Soft Market Testing (non‑binding) Contracting Authority: Calderdale & Huddersfield Solutions Ltd on behalf of CHFT Procurement Reference: C447217 RFI Issue Date: 14/05/2026 Response Deadline: 1/06/2026, 12:00 (UK time) Contact for queries: Kasia.mordka@cht.nhs.uk Purpose: This Request for Information (RFI) is intended to support early market engagement to inform future specification development for a Maternity Electronic Patient Record (EPR) for CHFT and community midwifery. This RFI is not a procurement exercise and does not constitute a commitment to procure. Participation is optional and responses will not be scored or used to down‑select suppliers at this stage. 1. Supplier Overview Please provide a brief overview of: • Your organisation and maternity EPR offering - product name/version • Experience delivering maternity EPR solutions within the NHS • Current or recent NHS maternity customers (if applicable) • High-level product roadmap relevant to maternity services 2. Clinical Scope (High Level) Please confirm whether your solution supports the following areas of the maternity pathway (Yes / Partial / Planned), with brief commentary: • Antenatal care (including booking, risk assessment, care planning) • Intrapartum care (labour and birth documentation) • Postnatal care (including discharge and follow-up) 3. Alignment with National Maternity Standards • Please outline your level of alignment with current national standards, including: • Digital Maternity Record Standard (DAPB3066) • PRSB maternity record headings • Use of SNOMED CT and NHS Number 4. Interoperability / Integration Please describe, at a high level: • Interoperability approach (e.g. FHIR / APIs) • Ability to integrate with a core EPR / PAS and shared care records – key requirement • Approach to data sharing across organisational boundaries • Provide workflow diagram that outlines the technical integration and inbound connectivity with the Trust’s systems. 5. Clinical Safety and Assurance Please confirm: • Compliance with DCB0129 and support for DCB0160 • Availability of a Clinical Safety Case and Hazard Log 6. Reporting and Data Use (High Level) Please provide a summary of: • Reporting and audit capabilities for maternity services • Support for quality, safety and service improvement reporting 7. Implementation Considerations At a high level, please outline: • Typical implementation approach and timeline • Experience migrating from existing maternity systems 8. Indicative Commercial Model For indicative purposes only, please provide details of: • Licensing / charging model • Expected implementation costs • Expected recurrent costs typically associated with your solution – hosting, maintenance, etc • Any common commercial assumptions that influence pricing (e.g. activity levels, number of sites, deployment model) • Typical contract length and how that influences pricing Costs may be provided as: • Typical ranges; or • An example based on a recent implementation Please clearly state any assumptions used. 9. Hardware Model Please describe the hardware model required to deploy and operate your maternity EPR solution in clinical and community settings, including: • Whether specialist hardware (e.g. portals / clinical panel PCs) is required or recommended • Whether hardware is supplied directly by your organisation, via third‑party partners, or expected to be procured by the Trust • Any typical assumptions regarding device numbers, locations or configurations Where specialist or recommended hardware is required, please indicate: • Typical capital cost ranges (where known) • Whether ongoing support, warranty or replacement costs are included or additional • Any known dependencies on specific third‑party suppliers 10. Additional Comments Please add any additional information you believe would be helpful in informing future specification development or understanding the maternity EPR market. Declaration: The information provided is accurate to the best of our knowledge and provided for market engagement purposes only.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0697f6
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/044492-2026
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK2 - Preliminary Market Engagement Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48000000 - Software package and information systems
48517000 - IT software package
72268000 - Software supply services
Notice Value(s)
- Tender Value
- £500,000 £500K-£1M
- Lots Value
- £500,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 May 2026Today
- Submission Deadline
- 27 Jul 20263 months to go
- Future Notice Date
- 29 Jun 20262 months to go
- Award Date
- Not specified
- Contract Period
- 15 Jun 2027 - 15 Jun 2030 3-4 years
- 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
- CALDERDALE AND HUDDERSFIELD SOLUTIONS LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- HUDDERSFIELD
- Postcode
- HD3 3EA
- Post Town
- Huddersfield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE44 Calderdale and Kirklees
- Delivery Location
- Not specified
-
- Local Authority
- Kirklees
- Electoral Ward
- Lindley
- Westminster Constituency
- Colne Valley
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/044492-2026
14th May 2026 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/044078-2026
13th May 2026 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/044065-2026
13th May 2026 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/044027-2026
13th May 2026 - Planned procurement notice on Find a Tender
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-0697f6-2026-05-14T15:36:26+01:00",
"date": "2026-05-14T15:36:26+01:00",
"ocid": "ocds-h6vhtk-0697f6",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "044027-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/044027-2026",
"datePublished": "2026-05-13T15:19:09+01:00",
"format": "text/html"
},
{
"id": "044065-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/044065-2026",
"datePublished": "2026-05-13T15:40:32+01:00",
"format": "text/html"
},
{
"id": "044078-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/044078-2026",
"datePublished": "2026-05-13T15:51:49+01:00",
"format": "text/html"
},
{
"id": "044492-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/044492-2026",
"datePublished": "2026-05-14T15:36:26+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Request for Information (RFI) - Maternity Electronic Patient Record (EPR) Early Market Engagement / Soft Market Testing (non-binding) Contracting Authority: Calderdale & Huddersfield Solutions Ltd on behalf of CHFT Procurement Reference: C447217 RFI Issue Date: 14/05/2026 Response Deadline: 1/06/2026, 12:00 (UK time) Contact for queries: Kasia.mordka@cht.nhs.uk Purpose: This Request for Information (RFI) is intended to support early market engagement to inform future specification development for a Maternity Electronic Patient Record (EPR) for CHFT and community midwifery. This RFI is not a procurement exercise and does not constitute a commitment to procure. Participation is optional and responses will not be scored or used to down-select suppliers at this stage. 1. Supplier Overview Please provide a brief overview of: * Your organisation and maternity EPR offering - product name/version * Experience delivering maternity EPR solutions within the NHS * Current or recent NHS maternity customers (if applicable) * High-level product roadmap relevant to maternity services 2. Clinical Scope (High Level) Please confirm whether your solution supports the following areas of the maternity pathway (Yes / Partial / Planned), with brief commentary: * Antenatal care (including booking, risk assessment, care planning) * Intrapartum care (labour and birth documentation) * Postnatal care (including discharge and follow-up) 3. Alignment with National Maternity Standards * Please outline your level of alignment with current national standards, including: * Digital Maternity Record Standard (DAPB3066) * PRSB maternity record headings * Use of SNOMED CT and NHS Number 4. Interoperability / Integration Please describe, at a high level: * Interoperability approach (e.g. FHIR / APIs) * Ability to integrate with a core EPR / PAS and shared care records - key requirement * Approach to data sharing across organisational boundaries * Provide workflow diagram that outlines the technical integration and inbound connectivity with the Trust's systems. 5. Clinical Safety and Assurance Please confirm: * Compliance with DCB0129 and support for DCB0160 * Availability of a Clinical Safety Case and Hazard Log 6. Reporting and Data Use (High Level) Please provide a summary of: * Reporting and audit capabilities for maternity services * Support for quality, safety and service improvement reporting 7. Implementation Considerations At a high level, please outline: * Typical implementation approach and timeline * Experience migrating from existing maternity systems 8. Indicative Commercial Model For indicative purposes only, please provide details of: * Licensing / charging model * Expected implementation costs * Expected recurrent costs typically associated with your solution - hosting, maintenance, etc * Any common commercial assumptions that influence pricing (e.g. activity levels, number of sites, deployment model) * Typical contract length and how that influences pricing Costs may be provided as: * Typical ranges; or * An example based on a recent implementation Please clearly state any assumptions used. 9. Hardware Model Please describe the hardware model required to deploy and operate your maternity EPR solution in clinical and community settings, including: * Whether specialist hardware (e.g. portals / clinical panel PCs) is required or recommended * Whether hardware is supplied directly by your organisation, via third-party partners, or expected to be procured by the Trust * Any typical assumptions regarding device numbers, locations or configurations Where specialist or recommended hardware is required, please indicate: * Typical capital cost ranges (where known) * Whether ongoing support, warranty or replacement costs are included or additional * Any known dependencies on specific third-party suppliers 10. Additional Comments Please add any additional information you believe would be helpful in informing future specification development or understanding the maternity EPR market. Declaration: The information provided is accurate to the best of our knowledge and provided for market engagement purposes only.",
"dueDate": "2026-06-01T23:59:59+01:00",
"status": "scheduled"
}
]
},
"parties": [
{
"id": "GB-PPON-PHPR-3762-LPLP",
"name": "Calderdale and Huddersfield Solutions Limited",
"identifier": {
"scheme": "GB-PPON",
"id": "PHPR-3762-LPLP"
},
"address": {
"streetAddress": "Huddersfield Royal Infirmary, Lindley",
"locality": "Huddersfield",
"postalCode": "HD3 3EA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE44"
},
"contactPoint": {
"email": "contractsandprocurement@cht.nhs.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.chs-limited.co.uk",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PHPR-3762-LPLP",
"name": "Calderdale and Huddersfield Solutions Limited"
},
"tender": {
"id": "ocds-h6vhtk-0697f6",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Maternity EPR System",
"description": "Complete Maternity EPR system",
"status": "planned",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48517000",
"description": "IT software package"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "72268000",
"description": "Software supply services"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 600000,
"amount": 500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionTerms": {
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-07-27T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-08-27T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "planned",
"value": {
"amountGross": 600000,
"amount": 500000,
"currency": "GBP"
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2027-06-16T00:00:00+01:00",
"endDate": "2030-06-15T23:59:59+01:00",
"maxExtentDate": "2032-06-15T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 months"
}
}
],
"communication": {
"futureNoticeDate": "2026-06-29T23:59:59+01:00"
},
"contractTerms": {
"financialTerms": "30 days"
},
"amendments": [
{
"id": "044078-2026",
"description": "To add FOI document"
},
{
"id": "044492-2026",
"description": "Change the Engagement deadline date"
}
]
},
"language": "en"
}