Opportunity

Provision and Support of MHRA Regulatory Systems

  • Medicines and Healthcare Products Regulatory Agency

F02: Contract notice

Notice reference: 2021/S 000-001700

Published 27 January 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

Medicines and Healthcare Products Regulatory Agency

10 South Colonnade, Canary Wharf, London, E14 4PU

London

E14 4PU

Email

Purchasing@mhra.gov.uk

Telephone

+44 2030806000

Country

United Kingdom

NUTS code

UKI - LONDON

Internet address(es)

Main address

https://mhra.bravosolution.co.uk

one.3) Communication

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

https://mhra.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://mhra.bravosolution.co.uk

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

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision and Support of MHRA Regulatory Systems

Reference number

UID221

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The Agency operates a complex suite of IT systems in support of its functions. Support for, and further development of, this suite is provided by a number of incumbent suppliers, with the largest service currently provided under a contracted service known as the Current Applications Outsource (AO) Service. The Current AO Contract is coming to an end, and the Agency is now seeking to award a new contract for Successor AO Service to continue support for these systems. This will be contracted immediately as part of this Procurement Exercise, along with the work to transition as swiftly as possible from the Current AO Service to the Successor AO Service. The Agency may require the continued development of the Successor AO Service from both a functional and technical perspective.

For further information please see section VI.3 of this notice.

two.1.5) Estimated total value

Value excluding VAT: £72,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72200000 - Software programming and consultancy services
  • 72212180 - Medical software development services
  • 72261000 - Software support services

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON

two.2.4) Description of the procurement

Please see section VI.3 of this notice.

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

120

This contract is subject to renewal

Yes

Description of renewals

The Contract will have an initial duration of 5 years, with an option for the Agency to extend it for a further period of 2 to 5 years with exact extension arrangements to be confirmed in the Dialogue Stage.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Criteria to be used for selecting the number of candidates appear in the descriptive document.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Please see section VI.3 of this notice.

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

Please see Info Pack for additional information:

Award criteria - Section 6

Description of renewals - Section 2

Economic and financial standing - Section 6

Technical and professional ability - Section 6


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

Competitive dialogue

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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: 2020/S 177-428686

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

Date

26 February 2021

Local time

4:00pm

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: 9 (from the date stated for receipt of tender)


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

Further to Section II.1.4 of this notice:

The Agency is also embarking on the development of a completely new suite of systems which will replace the Current application Outsource. These new systems are collectively known as the Regulatory Management System (RMS). At this stage, the requirements for RMS are evolving along with the Agency’s business requirements. During the Procurement Exercise, aspects of this may be worked up in outline. However such elements, along with the related work to transition from AO to RMS, is an optional package of services which will be fully worked up with the Successful Bidder in accordance with the terms of the Contract if the Agency decides to proceed with commissioning the RMS and subject to agreement between the parties as and when the requirement becomes sufficiently stable post-procurement.

a. Package 1 Services: transition to and operational support for Successor AO Service

Procured based on detailed requirements and fully priced and evaluated proposals. This is a committed package of services to be delivered as soon as possible;

b. Package 2 Services Option: the further development of AO, and the development of RMS

Procured based on detailed requirements and fully priced and evaluated proposals, ordered at the Agency’s sole discretion at any time after contract award. An example of this is the provision of a fixed size of software development as defined in the ITPD, for Successor AO or for RMS. The terms of the Contract will set out how such a draw down procedure will operate and Applicants should note there is no guarantee the Package 2 Services will be ordered;

c. Package 3 Services Option: transition from AO to RMS, operational support for RMS

Procured based on partially elaborated requirements, and indicatively capped-priced evaluated proposals, ordered at the Agency’s sole discretion at any time after contract award. Such orders would require further elaboration of the requirements and confirmation of detailed proposals and pricing. An example of this may be a capped price for RMS operational support, a capped price for transition from Successor AO to RMS. The terms of the Contract will set out how such a draw down procedure will operate and Applicants should note there is no guarantee the Package 2 Services will be ordered.

d. Package 4 Services Option: other development and support services

This is where requirements would be elaborated at the time of ordering, after contract award, with a fully priced response provided at that time, all under contract change control.

========

Further to Section V.1.8 of this notice:

This procurement is not currently covered by the GPA, however the UK will ascend to full membership during the life of this procurement therefore the award will be covered by the GPA.

========

Please note: there is an Applicant briefing day w/c 1st February 2021

========

The Agency reserves the right to terminate, discontinue, suspend and/or abandon this Procurement Exercise (in whole or in part) at any time prior to contract award without incurring any liability to the affected Applicants and/or Bidders.

========

The Agency may have an affordability cap but this is not currently known. Bidders will be made aware of any known affordability caps that affect evaluation when evaluation exercises are undertaken.

========

Before submitting an SQ Response Applicants should read all procurement documents issued by the Agency (note these contain important background and contextual information). Please note: some of the documentation is classed as confidential and is subject to NDA. Applicants are reminded that these confidential documents are not available immediately due to the NDA process.

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

The Strand, London, WC2A 2LL

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Centre for Effective Dispute Resolution

70 Fleet Street, London, EC4Y 1EU

London

EC4Y 1EU

Country

United Kingdom