Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 395359-2020

21/08/2020    S162

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

2020/S 162-395359

Contract notice

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
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 3150103503
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be submitted to 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 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:

— DevOps Services,

— digital definition services,

— build and transition services,

— end-to-end development services,

— data management (and similar) services.

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: no
II.2)Description
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
Main site or place of performance:

Primarily in the UK.

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. Building of closer strategic relationships will encourage suppliers to improve and innovate on their delivery of services. This will be achieved through ongoing collaborative partnership or supplier relationship management activities based on feedback from call-off contracts and MI reports.

Suppliers under the framework are required to provide the following service provisions:

DevOps services: support for ongoing live services

Digital definition services: either separately or combined extended discovery and /or alpha phases.

Build and transition services: either separately combining beta phase and/or retirement phases (including transition to Live). It is anticipated that live will be covered by an appropriate competition for DevOps Services.

End-to-End Development Services: with the ability to combine the full set of agile phases of discovery through to live.

Data management (and similar) services: primarily targeted at building, enhancing and maintaining data assets, migrating data from one system to another and analysis and reporting from such data assets.

Call-off competitions under this framework will follow NHS Digital’s standard governance processes for their requirements. There will be no direct award call-off in this agreement.

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.

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.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 800 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

N/a

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

N/a

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 087-209378
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 24/09/2020
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 24/09/2020
Local time: 15:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/2e636b56-c912-4230-8150-830f2dfc0ae9

1) contract notice transparency information for the agreement;

2) contract notice authorised customer list;

3) rights reserved for CCS framework.

On 2 April 2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to 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 implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Please note:

All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.

On 30 June 2021, any certificate issued under the old scheme will expire.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

CCS reserve the right to award a framework to any bidder whose final score is within 1 % of the last position.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630.

VI.4)Procedures for review
VI.4.1)Review body
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3450103503
Internet address: https://www.crowncommercial.gov.uk/
VI.5)Date of dispatch of this notice:
18/08/2020