Opportunity

Health and Social Care Network (HSCN) Access Services.

  • Crown Commercial Service

F02: Contract notice

Notice reference: 2023/S 000-001009

Published 12 January 2023, 4:26pm



Section one: Contracting authority

one.1) Name and addresses

Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://supplierregistration.cabinetoffice.gov.uk/dps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierregistration.cabinetoffice.gov.uk/dps

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Health and Social Care Network (HSCN) Access Services.

Reference number

RM3825

two.1.2) Main CPV code

  • 32400000 - Networks

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Dynamic Purchase System has been established on behalf of UK public sector bodies who have a need for the provision of data access services, to facilitate connectivity to the Health and Social Care Network (HSCN) and additional network services. Non public sector entities may also use the DPS Agreement in order to (i) satisfy contractual obligations to one or more public sector bodies, all of which are entitled to use the DPS on their own account; or (ii) deliver Health and/or Social Care services to benefit the public. Successful bidders will be required to meet the published criteria including HSCN Compliance to be appointed to the DPS. Suppliers will also be asked to confirm whether they are capable of offering Public Services Network (PSN) compliant services, although this is not mandatory.

Suppliers who are successfully appointed to the DPS will be invited to submit tenders by Contracting Bodies through a Call for Competition.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32400000 - Networks
  • 32500000 - Telecommunications equipment and supplies
  • 32510000 - Wireless telecommunications system
  • 48510000 - Communication software package
  • 48760000 - Virus protection software package
  • 50334400 - Communications system maintenance services
  • 51300000 - Installation services of communications equipment
  • 64200000 - Telecommunications services
  • 64220000 - Telecommunication services except telephone and data transmission services
  • 64227000 - Integrated telecommunications services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service (the Authority) has put in place a Dynamic Purchasing System (DPS) for the provision of data access to the Health and Social Care Network compliant with the HSCN Compliance Document Set hosted on https://digital.nhs.uk/health-social-care-network/suppliers This DPS provides Services and associated services from HSCN Compliant suppliers, which are comprised of the Core Component and any Supplementary Component(s). The Core Component must include HSCN Connectivity Services as defined in the HSCN Obligations Framework that forms part of the HSCN Compliance Document Set as available at https://digital.nhs.uk/health-social-care-network/suppliers Continued in III 1.2.

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

Yes

Description of renewals

Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM3825 HSCN DPS Agreement, should this agreement be terminated at any time. The flexibility of the contracting period allows customers (Buyers) to determine appropriate contracting timelines required to enable the supplier to meet customer needs.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The duration given in II.2.7) is the duration of the extension period.

This is an extension of [48 months] following the initial period of [78 months].


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

Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM3825 – Health and Social Care Network (HSCN) Access Services. The procurement bid pack and registration details can be accessed via the following URL address

https://supplierregistration.cabinetoffice.gov.uk/dps

and clicking on https://supplierregistration.cabinetoffice.gov.uk/download/open?fr=DPS_PROFILE_HSCN

Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM3825 – Health and Social Care Network (HSCN) Access Services please select the ‘Access as a Supplier’ link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following YouTube generic guide

https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0

Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:

1) Contract notice authorised customer list;

2) Rights reserved for CCS DPS Agreement.

3) DPS Bid Pack

4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework Agreement

As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/3f061e5-24b2-4996-80c8-d9fb323aeef8

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Suppliers who are successfully appointed to the DPS will be invited to submit tenders by Contracting Bodies through a Call for Competition. These Contracting Bodies may invite all HSCN certified suppliers (meaning all the suppliers on the DPS) or, where services are additionally required to be PSN compliant, HSCN certified suppliers who have confirmed they are capable of offering PSN compliant connectivity services, to bid in accordance with regulation 34 (22). Suppliers must have successfully achieved the published HSCN Compliance to submit a valid tender for evaluation in response to a Call for Competition. It is recommended that suppliers familiarise themselves with HSCN and the compliance process https://digital.nhs.uk/health-social-care-network/suppliers#HSCN


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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.2.1) Previous publication concerning this procedure

Notice number: 2017/S 199-409721

four.2.2) Time limit for receipt of tenders or requests to participate

Date

23 May 2028

Local time

11:59pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This DPS has been extended for 48 months. The reasoning for this is the requirement for a lawful 48 month extension of the HSCN DPS. This extension will align with the confirmed end date of the NHS peering exchange contract which runs until 2028.

The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right:

(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.

(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.

We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition.

It is the Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.

On 2.4.2014 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 on this requirement. The link below to Gov.uk 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.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/