There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 622780-2020

22/12/2020    S249

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

2020/S 249-622780

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)
Postal address: Savile Street East
Town: Sheffield
NUTS code: UK UNITED KINGDOM
Postal code: S4 7UQ
Country: United Kingdom
E-mail: procurement@noecpc.nhs.uk
Internet address(es):
Main address: https://in-tendhost.co.uk/noecpc
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Health

Section II: Object

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

Provision of ICT Solutions Delivery: Professional Services and Consultancy Support

Reference number: CPC 03462
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:

The North of England Commercial Procurement Collaborative (NOE CPC), (the Authority) is issuing this invitation to tender (ITT) in connection with the competitive procurement to establish a framework agreement for ICT Solutions Delivery: Professional Services and Consultancy Support. In summary, this tendering exercise is to establish a framework agreement with a number of providers of ICT Solutions Delivery: Professional Services and Consultancy Support services relevant to the needs of NHS and other health sector and public sector bodies. The requirement is for an efficient, effective and value for money service which will assist all those participating in the framework agreement to fulfil their requirements for ICT Healthcare Consultancy Services, whether that be an Acute Trust, Community Hospital, Clinical Commissioning Group or other healthcare setting.

II.1.6)Information about lots
This contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 200 000 000.00 GBP
II.2)Description
II.2.1)Title:

Clinical Information Systems

Lot No: 1
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
79400000 Business and management consultancy and related services
72246000 Systems consultancy services
72600000 Computer support and consultancy services
72227000 Software integration consultancy services
72228000 Hardware integration consultancy services
72224000 Project management consultancy services
73220000 Development consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Lot 1 — Clinical Information Systems Specialist ICT consultancy and advisory services related to the operational delivery, development and transformation of clinical services provided by healthcare organisations, including matters of business/service improvement and performance. The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Barnsley Facilities Services Limited (Barnsley Hospital NHS Foundation Trust) Bradford Teaching Hospitals NHS Foundation Trust Calderdale and Huddersfield Solutions Ltd (Calderdale and Huddersfield NHS Foundation Trust) Derbyshire Community Health Services NHS Foundation Trust Derbyshire Support and Facilities Services Ltd (Chesterfield Royal Hospital NHS Foundation Trust) Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust Harrogate Healthcare Facilities Management Ltd (Harrogate and District NHS Foundation Trust) Humber Teaching NHS Foundation Trust Isle of Man Department of Health and Social Care James Paget University Hospitals NHS Foundation Trust Leeds and York Partnership NHS Foundation Trust Leeds Community Healthcare NHS Trust Leeds Teaching Hospitals NHS Trust Leicestershire Partnership NHS Trust Lincolnshire Community Health Services NHS Trust Lincolnshire Partnership NHS Foundation Trust Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust Northern Lincolnshire and Goole NHS Foundation Trust Sheffield Children's NHS Foundation Trust Sheffield Health and Social Care NHS Foundation Trust Sheffield Teaching Hospitals NHS Foundation Trust Sherwood Forest Hospitals NHS Foundation Trust Stockport NHS Foundation Trust Synchronicity Care Ltd (County Durham and Darlington NHS Foundation Trust) The Newcastle Upon Tyne Hospitals NHS Foundation Trust The Rotherham NHS Foundation Trust United Lincolnshire Hospitals NHS Trust University Hospitals of Derby and Burton NHS Foundation Trust University Hospitals of Leicester NHS Trust York Teaching Hospital NHS Foundation Trust York Teaching Hospital Facilities Management LLP (wholly owned subsidiary of York Teaching Hospital NHS Foundation Trust) Yorkshire Ambulance Service NHS Trust NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11)Information about options
Options: yes
Description of options:

Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations: The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx NHS Improvement: https://improvement.nhs.uk/ Department of Health: https://www.gov.uk/government/organisations/department-of-health Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations: https://www.england.nhs.uk/stps/view-stps/ NHS England: https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010. CCG: https://www.england.nhs.uk/resources/ccg-directory/ CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/ The Clinical Commissioning Board, Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:

(a) who are a party to any of the following contracts:

— General Medical Services (GMS),

— Personal Medical Services (PMS),

— Alternative Provider Medical Services (APMS), and/or

(b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above. The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services — GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at: NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/ Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/ Social Enterprise UK: https://www.socialenterprise.org.uk Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils) Local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland Continued at Section VI.3 Additional Information.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056.

II.2)Description
II.2.1)Title:

Non-Clinical Information Systems

Lot No: 2
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
79400000 Business and management consultancy and related services
72246000 Systems consultancy services
72600000 Computer support and consultancy services
72227000 Software integration consultancy services
72228000 Hardware integration consultancy services
72224000 Project management consultancy services
73220000 Development consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Lot 2 — Non-Clinical Information Systems Specialist ICT consultancy and advisory services related to the operational delivery, development and transformation of non-clinical services provided by healthcare organisations, including matters of business/service improvement and performance. Please refer to section II.2.4) of Lot 1 for the lost of Authorities (plus those entities listed at Section II.2.11) and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11)Information about options
Options: yes
Description of options:

Please refer to Section II.2.11) of Lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056.

II.2)Description
II.2.1)Title:

Infrastructure

Lot No: 3
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
79400000 Business and management consultancy and related services
72246000 Systems consultancy services
72600000 Computer support and consultancy services
72227000 Software integration consultancy services
72228000 Hardware integration consultancy services
72224000 Project management consultancy services
73220000 Development consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Lot 3 — Infrastructure Infrastructure includes specialist consultancy and advisory services related to Infrastructure systems and applications. Please refer to Section II.2.4) of Lot 1 for the lost of Authorities (plus those entities listed at Section II.2.11) and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11)Information about options
Options: yes
Description of options:

Please refer to Section II.2.11) of Lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056.

II.2)Description
II.2.1)Title:

Digital and Innovation

Lot No: 4
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
79400000 Business and management consultancy and related services
72246000 Systems consultancy services
72600000 Computer support and consultancy services
72227000 Software integration consultancy services
72228000 Hardware integration consultancy services
72224000 Project management consultancy services
73220000 Development consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Lot 4 — Digital and Innovation Specialist and digital and innovation consultancy and advisory services covering a range of existing digital applications and breakthrough innovative technologies. Please refer to Section II.2.4) of Lot 1 for the lost of Authorities (plus those entities listed at Section II.2.11) and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11)Information about options
Options: yes
Description of options:

Please refer to Section II.2.11) of Lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056.

II.2)Description
II.2.1)Title:

Auxiliary ICT Consultancy Services

Lot No: 5
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
79400000 Business and management consultancy and related services
72246000 Systems consultancy services
72600000 Computer support and consultancy services
72227000 Software integration consultancy services
72228000 Hardware integration consultancy services
72224000 Project management consultancy services
80000000 Education and training services
73220000 Development consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Lot 5 — Auxiliary ICT Consultancy Services Specialist ICT Consultancy services supporting a broad range of ICT related healthcare services in addition to those in Lots 1-4 and may be niche services. Please refer to Section II.2.4 of Lot 1 for the lost of Authorities (plus those entities listed at Section II.2.11) and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11)Information about options
Options: yes
Description of options:

Please refer to Section II.2.11) of Lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056.

II.2)Description
II.2.1)Title:

Multidisciplinary ICT Healthcare Consultancy and Advisory Services

Lot No: 6
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
79400000 Business and management consultancy and related services
72246000 Systems consultancy services
72600000 Computer support and consultancy services
72227000 Software integration consultancy services
72228000 Hardware integration consultancy services
72224000 Project management consultancy services
80000000 Education and training services
73220000 Development consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Lot 6 — Multidisciplinary ICT Healthcare Consultancy and Advisory Services To include but not limited to multi-disciplinary consultancy and advisory services, where the scope of the requirement covers at least 2 or more of the specialist areas covered within Lots 1 to 5 and/or any other consultancy/advisory services. Please refer to Section II.2.4 of Lot 1 for the lost of Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11)Information about options
Options: yes
Description of options:

Please refer to Section II.2.11) of Lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056.

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
IV.1.6)Information about electronic auction
An electronic auction has been used
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 132-325146
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Lot No: 5
Title:

Auxiliary ICT Consultancy Services

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
07/08/2020
V.2.2)Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: Atos IT Services UK Ltd
Postal address: MidCity Place, 71 High Holborn
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC1V 6EA
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Boxxe Ltd
Postal address: East Moor House, Green Park Business Centre, Goose Lane, Sutton on the Forest
Town: York
NUTS code: UK UNITED KINGDOM
Postal code: YO61 1ET
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Deloitte LLP
Postal address: 1 New Street Square
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC4A 3HQ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: EHJ & SJ Consultancy Ltd
Postal address: 42 Stirling Avenue
Town: Aylesbury
NUTS code: UK UNITED KINGDOM
Postal code: HP20 1BE
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Fordway Solutions Ltd
Postal address: Hambledon House
Town: Godalming
NUTS code: UK UNITED KINGDOM
Postal code: GU7 1JJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Health Systems Support Ltd
Postal address: 7 Station Road, Chobham
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: GU24 8AQ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: NHS Shared Business Services
Postal address: Three Cherry Trees Lane, Hemel Hempstead
Town: Hertfordshire
NUTS code: UK UNITED KINGDOM
Postal code: HP2 7AH
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Qi Consulting Ltd
Postal address: China Works, Black Prince Road
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SE1 7SJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Risual Ltd
Postal address: 12 Parker Court, Staffordshire Technology Park
Town: Stafford
NUTS code: UK UNITED KINGDOM
Postal code: ST18 0WP
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: SynApps Solutions Ltd
Postal address: Titan Court, 3 Bishop Square
Town: Hatfield
NUTS code: UK UNITED KINGDOM
Postal code: AL10 9NA
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 33 300 000.00 GBP
Total value of the contract/lot: 33 300 000.00 GBP
V.2.5)Information about subcontracting

Section V: Award of contract

Lot No: 3
Title:

Infrastructure

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
07/08/2020
V.2.2)Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 8
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: Apira Ltd
Postal address: 8 Duncannon Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC2N 4JF
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: AWTG Ltd
Postal address: 8 Canham Mews, Canham Road
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: W3 7SR
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Boxxe Ltd
Postal address: East Moor House, Green Park Business Centre, Goose Lane, Sutton on the Forest
Town: York
NUTS code: UK UNITED KINGDOM
Postal code: YO61 1ET
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Deloitte LLP
Postal address: 1 New Street Square
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC4A 3HQ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Fordway Solutions Ltd
Postal address: Hambledon House
Town: Godalming
NUTS code: UK UNITED KINGDOM
Postal code: GU7 1JJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Ideal Health Consultants Ltd
Postal address: 20 Bedford Road, Guildford
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: GU1 4SJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Netcompany UK Ltd
Postal address: Northburgh House, 10 Northburgh Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC1V 0AT
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Phoenix Software Ltd
Postal address: Bytes House, Randalls Way, Leatherhead
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: KT22 7TW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Qi Consulting Ltd
Postal address: China Works, Black Prince Road
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SE1 7SJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: RedCortex Ltd
Postal address: 5th Floor Trafalgar House, 5 Fitzalan Place
Town: Cardiff
NUTS code: UK UNITED KINGDOM
Postal code: CF24 0ED
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 33 300 000.00 GBP
Total value of the contract/lot: 33 300 000.00 GBP
V.2.5)Information about subcontracting

Section V: Award of contract

Lot No: 1
Title:

Clinical Information Systems

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
07/08/2020
V.2.2)Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: Answer Digital Ltd
Postal address: Union Mills, 9 Dewsbury Road
Town: Leeds
NUTS code: UK UNITED KINGDOM
Postal code: LS11 5DD
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Apira Limited
Postal address: 8 Duncannon Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC2N 4JF
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Atos IT Services UK Ltd
Postal address: MidCity Place, 71 High Holborn
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC1V 6EA
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Deloitte LLP
Postal address: 1 New Street Square
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC4A 3HQ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Faculty of Clinical Informatics
Postal address: 6 Alie Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: E1 8QT
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Health Systems Support Ltd
Postal address: 7 Station Road, Chobham
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: GU24 8AQ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Ideal Health Consultants Ltd
Postal address: 20 Bedford Road, Guildford
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: GU1 4SJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Nautilus Consulting Ltd
Postal address: 201 Borough High Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SE1 1JA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: SynApps Solutions Ltd
Postal address: Titan Court, 3 Bishop Square
Town: Hatfield
NUTS code: UK UNITED KINGDOM
Postal code: AL10 9NA
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 33 300 000.00 GBP
Total value of the contract/lot: 33 300 000.00 GBP
V.2.5)Information about subcontracting

Section V: Award of contract

Lot No: 2
Title:

Non-Clinical Information Systems

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
07/08/2020
V.2.2)Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: Apira Ltd
Postal address: 8 Duncannon Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC2N 4JF
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Atos IT Services UK Ltd
Postal address: MidCity Place, 71 High Holborn
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC1V 6EA
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Deloitte LLP
Postal address: 1 New Street Square
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC4A 3HQ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Health Systems Support Ltd
Postal address: 7 Station Road, Chobham
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: GU24 8AQ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Ideal Health Consultants Ltd
Postal address: 20 Bedford Road, Guildford
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: GU1 4SJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: NHS Shared Business Services
Postal address: Three Cherry Trees Lane, Hemel Hempstead
Town: Hertfordshire
NUTS code: UK UNITED KINGDOM
Postal code: HP2 7AH
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Phoenix Software Ltd
Postal address: Bytes House, Randalls Way, Leatherhead
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: KT22 7TW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: RedCortex Ltd
Postal address: 5th Floor Trafalgar House, 5 Fitzalan Place
Town: Cardiff
NUTS code: UK UNITED KINGDOM
Postal code: CF24 0ED
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Risual Ltd
Postal address: 12 Parker Court, Staffordshire Technology Park
Town: Stafford
NUTS code: UK UNITED KINGDOM
Postal code: ST18 0WP
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: SynApps Solutions Ltd
Postal address: Titan Court, 3 Bishop Square
Town: Hatfield
NUTS code: UK UNITED KINGDOM
Postal code: AL10 9NA
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 33 300 000.00 GBP
Total value of the contract/lot: 33 300 000.00 GBP
V.2.5)Information about subcontracting

Section V: Award of contract

Lot No: 4
Title:

Digital and Innovation

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
07/08/2020
V.2.2)Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: Atos IT Services UK Ltd
Postal address: MidCity Place, 71 High Holborn
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC1V 6EA
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: AWTG Ltd
Postal address: 8 Canham Mews, Canham Road
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: W3 7SR
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Boxxe Ltd
Postal address: East Moor House, Green Park Business Centre, Goose Lane, Sutton on the Forest
Town: York
NUTS code: UK UNITED KINGDOM
Postal code: YO61 1ET
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Deloitte LLP
Postal address: 1 New Street Square
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC4A 3HQ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Nautilus Consulting Ltd
Postal address: 201 Borough High Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SE1 1JA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Netcompany UK Ltd
Postal address: Northburgh House, 10 Northburgh Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC1V 0AT
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: NHS North of England Commissioning Support Unit
Postal address: John Snow House, Durham University Science Park
Town: Durham
NUTS code: UK UNITED KINGDOM
Postal code: DH1 3YG
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Phoenix Software Ltd
Postal address: Bytes House, Randalls Way, Leatherhead
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: KT22 7TW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: RedCortex Ltd
Postal address: 5th Floor Trafalgar House, 5 Fitzalan Place
Town: Cardiff
NUTS code: UK UNITED KINGDOM
Postal code: CF24 0ED
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Solidsoft Reply Ltd
Postal address: 38 Grosvenor Gardens
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SW1W 0EB
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 33 300 000.00 GBP
Total value of the contract/lot: 33 300 000.00 GBP
V.2.5)Information about subcontracting

Section V: Award of contract

Lot No: 6
Title:

Multidisciplinary ICT Healthcare Consultancy and Advisory Services

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
07/08/2020
V.2.2)Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: Apira Ltd
Postal address: 8 Duncannon Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC2N 4JF
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Atos IT Services UK Ltd
Postal address: MidCity Place, 71 High Holborn
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: WC1V 6EA
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Deloitte LLP
Postal address: 1 New Street Square
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC4A 3HQ
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Health Systems Support Ltd
Postal address: 7 Station Road, Chobham
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: GU24 8AQ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Ideal Health Consultants Ltd
Postal address: 20 Bedford Road, Guildford
Town: Surrey
NUTS code: UK UNITED KINGDOM
Postal code: GU1 4SJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Nautilus Consulting Ltd
Postal address: 201 Borough High Street
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SE1 1JA
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: NHS Shared Business Services
Postal address: Three Cherry Trees Lane, Hemel Hempstead
Town: Hertfordshire
NUTS code: UK UNITED KINGDOM
Postal code: HP2 7AH
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Qi Consulting Ltd
Postal address: China Works, Black Prince Road
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SE1 7SJ
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: RedCortex Ltd
Postal address: 5th Floor Trafalgar House, 5 Fitzalan Place
Town: Cardiff
NUTS code: UK UNITED KINGDOM
Postal code: CF24 0ED
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Risual Ltd
Postal address: 12 Parker Court, Staffordshire Technology Park
Town: Stafford
NUTS code: UK UNITED KINGDOM
Postal code: ST18 0WP
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 33 500 000.00 GBP
Total value of the contract/lot: 33 500 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

For details of the list of eligible entities who may utilise the resulting agreement(s), subject to the prior agreement of NOE CPC, please refer to the original Contract Notice Section II.2.4) — Description of Procurement Section II.2.11) — Information about options Section VI.3 — Additional Information.

VI.4)Procedures for review
VI.4.1)Review body
Official name: North of England Commercial Procurement Collaborative (NOE CPC)
Postal address: Savile Street East
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.

VI.5)Date of dispatch of this notice:
17/12/2020