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
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