Section one: Contracting authority
one.1) Name and addresses
NHS Shared Business Services
Three Cherry Tree Lane
Hemel Hempstead
HP2 7AH
Contact
Allan Richardson
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom
Region code
UK - United Kingdom
NHS Shared Business Services Limited
05280446
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://discovery.ariba.com/rfx/15074814
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
INTELLIGENT AUTOMATION (10137)
Reference number
10137
two.1.2) Main CPV code
- 48920000 - Office automation software package
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Shared Business Services act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework.
NHS Shared Business Services Limited (NHS SBS) intends to put in place a Framework Agreement that allows NHS organisations and other public sector bodies to purchase Intelligent Automation. The Intelligent Automation Framework intends to provide a contractual vehicle to support the adoption, implementation and on-going development of Intelligent Automation across Approved Organisations, offering access to services and software that will address a wide range of Intelligent Automation solutions. Intelligent Automation (IA) is a developing technology due to its capacity to increase efficiency, reduce costs, and improve quality
Our Approved Organisation list can be found on:
https://sbs.nhs.uk/proc-framework-agreements-support
The Framework will be structured using the following Lots;
Lot 1 - Intelligent Automation Services
Lot 2 - Intelligent Automation Software & Licensing
Lot 3 - Intelligent Automation as a Service (IAaaS)
We are committed to working with suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements in the tender.
two.1.5) Estimated total value
Value excluding VAT: £250,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Intelligent Automation Services
Lot No
1
two.2.2) Additional CPV code(s)
- 72212920 - Office automation software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This Lot allows Approved Organisations to procure Intelligent Automation Services from consultancy and implementation to on-going support. This Lot is designed for Approved Organisations who require the expertise and specialised support from Intelligent Automation service providers in setting up and implementing an in-house Intelligent Automation service for their organisation, with the end goal being to transfer the day to day running of Intelligent Automation back to the Approved Organisation. It is expected that Approved Organisations will procure such services and solutions on a project by project/requirement by requirement basis.
Bidders must be capable of delivering all the mandatory requirements for this Lot as detailed in the Specification section of the Framework Agreement
There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 25 bidders for Lot 1.
For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Intelligent Automation Software & Licensing
Lot No
2
two.2.2) Additional CPV code(s)
- 48920000 - Office automation software package
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
This Lot allows Approved Organisations to procure 'off the shelf' Intelligent Automation Software and Licensing direct from software vendor suppliers. This Lot is designed for Approved Organisations who are building or already have an established in-house Intelligent Automation function but require a compliant contractual route to purchase further Intelligent Automation software, solutions and licenses.
Bidders must be capable of delivering all the mandatory requirements for this Lot as detailed in the Specification section of the Framework Agreement
There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 25 bidders for Lot 2.
For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Intelligent Automation as a Service (IAaaS)
Lot No
3
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK - United Kingdom
two.2.4) Description of the procurement
Intelligent Automation as a Service (IAaaS) is an outcome based, Managed Service solution whereby Approved Organisations can fully outsource their Intelligent Automation requirements to a third-party service provider. This Lot is designed to make Intelligent Automation more accessible to Approved Organisations by allowing them to procure on an entirely outcome based/service consumption based, fixed price-per-process operating and commercial subscription model. It is designed for Approved Organisations who want to completely outsource the day to day running of an Intelligent Automation service and solution due to barriers to entry into this area such as funding and lack of internal expertise.
Bidders must be capable of delivering all the mandatory requirements for this Lot as detailed in the Specification section of the Framework Agreement
There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 25 bidders for Lot 3.
For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
Envisaged maximum number of participants to the framework agreement: 60
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 February 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The value provided in II.2.6 is only an estimate. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.
The envisaged maximum number of participants to the framework agreement, stated in IV.1.2 is an estimate and is subject to change.
six.4) Procedures for review
six.4.1) Review body
NHS Shared Business Services Limited
Three Cherry Tree Lane
Hemel Hempstead
HP2 7AH
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom