Services - 209378-2020

05/05/2020    S87

United Kingdom-Liverpool: IT services: consulting, software development, Internet and support

2020/S 087-209378

Prior information notice

This notice is for prior information only

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
NUTS code: UK UNITED KINGDOM
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3450103503
Internet address(es):
Main address: https://www.crowncommercial.gov.uk/
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Other activity: Public Procurement

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Digital Capability for Health

Reference number: RM6221
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for use by NHS Digital and other public sector health and social care bodies for the provision of digital outcomes and supporting services. The scope of the agreement will cover the following:

— digital development

— DevOps support

— data collection, processing and dissemination

— digital resource augmentation.

II.1.5)Estimated total value
Value excluding VAT: 800 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.1)Title:

Lot 1: Agile Digital Outcomes

Lot No: 1
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of digital capability for health for use by NHS Digital and other public sector health and social care bodies for the provision of digital outcomes and supporting services. The agreement is being developed with NHS Digital as the Operator, who requires digital capability to meet specific needs of the health and social care sector. NHS Digital requires suppliers to invest in understanding their specific organisational needs and to bespoke delivery of their services to meet requirements.

This framework will have a manageable number of suppliers (approximately 12 suppliers) with whom NHS Digital can develop strategic relationships over a sufficient period of time, to warrant up-front investment in framework level supplier agnostic competition, whilst maintaining effective and efficient competition at call-off.

The agreement will offer the following services:

— agile digital outcomes

— resource augmentation to supplement existing NHS Digital capability.

Call-off competitions under this framework will follow NHS Digital standard governance processes.

Typical digital development will follow Government Digital Service (GDS) life cycle: discovery, alpha, beta and so on, outlined in the government service design manual (https://www.gov.uk/service-manual).

Suppliers will deliver work using GDS agile methodologies.

Digital resource augmentation is required to supplement existing NHS Digital Capability and may be formed from NHS Digital and up to two other suppliers as ‘rainbow squads’.

The framework is intended to address the evolving technical ‘stacks’ associated within the different pillars of NHS Digital, including:

— platforms and infrastructure

— product development

— data services.

Suppliers will be able to apply to the framework using Bravo.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Lot 2: Digital Resource Augmentation (Time and Material Based Squads)

Lot No: 2
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of digital capability for health for use by NHS Digital and other public sector health and social care bodies for the provision of digital outcomes and supporting services. The agreement is being developed with NHS Digital as the operator, who requires digital capability to meet specific needs of the health and social care sector. NHS Digital requires suppliers to invest in understanding their specific organisational needs and to bespoke delivery of their services to meet requirements.

This framework will have a manageable number of suppliers (approximately 12 suppliers) with whom NHS Digital can develop strategic relationships over a sufficient period of time, to warrant up-front investment in framework level supplier agnostic competition, whilst maintaining effective and efficient competition at call-off.

The agreement will offer the following services:

— agile digital outcomes

— resource augmentation to supplement existing NHS Digital capability.

Call-off competitions under this framework will follow NHS Digital standard governance processes.

Typical digital development will follow Government Digital Service (GDS) life cycle: discovery, alpha, beta and so on, outlined in the government service design manual (https://www.gov.uk/service-manual).

Suppliers will deliver work using GDS agile methodologies.

Digital resource augmentation is required to supplement existing NHS Digital Capability and may be formed from NHS Digital and up to two other suppliers as ‘rainbow squads’.

The framework is intended to address the evolving technical ‘stacks’ associated within the different pillars of NHS Digital, including:

— platforms and infrastructure

— product development

— data services.

Suppliers will be able to apply to the framework using Bravo.

II.2.14)Additional information
II.3)Estimated date of publication of contract notice:
12/08/2020

Section IV: Procedure

IV.1)Description
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes

Section VI: Complementary information

VI.3)Additional information:

This prior information notice is to signal an intention to commence market engagement with those within the software application development market in order to raise supplier awareness of the framework, test supplier capability and resources to meet award criteria and to generate interest in the market.

Crown Commercial Service intends to hold a market engagement session during May 2020 with NHS Digital and suppliers interested in potentially bidding for the resulting commercial agreement. If you are interested in attending the market engagement session please express your interest by emailing cloud_digital@crowncommercial.gov.uk

Your email must clearly state: the name of your organisation, and contact details for the individual(s) who will participating in the market engagement, along with the following details:

1) Organisation name

2) Contact name

3) Job title of contact (including responsibility within your organisation)

4) Contact phone number

5) Contact email

6) Organisation website link.

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation that you are registering, who will be entering into a contract if invited to do so.

The date in II.3) is the estimated date of publication, please refer to the CCS pipeline page https://www.crowncommercial.gov.uk/agreements/upcoming for updates and monitor Tenders Electronic Daily for the publication of the OJEU contract notice.

Please be advised that in preparation to participate in this competition for this framework that:

The cyber essentials scheme is mandatory for Central Government Contracts that involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.

To participate in the procurement for the digital capability for health, bidders will be required to demonstrate that they comply with the technical requirements prescribed by cyber essentials for the services under and in connection with the procurement.

The bidder may be awarded a framework contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the cyber essentials scheme for services under and in connection with this procurement.

The service that arises from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of Official. It will be a condition of this contract that this material must be protected. Baseline protection controls are defined in ISO27001:2013 and further defined by the security policy framework https://www.gov.uk/government/collections/government-security.

There is a potential need for a mix of outcomes and resource augmentation at the call-off level.

VI.5)Date of dispatch of this notice:
01/05/2020