Section one: Contracting authority
one.1) Name and addresses
NHS Bristol, North Somerset and South Gloucestershire (BNSSG) Integrated Care Board (ICB)
BRISTOL
Contact
Jamie MacKay
Country
United Kingdom
Region code
UKK11 - Bristol, City of
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Federated Data Platform Plus and Implementation Partner to BNSSG ICB
Reference number
C329968
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
1) NHS Bristol, North Somerset and South Gloucestershire (BNSSG) Integrated Care Board (ICB) (the Commissioner) is seeking to secure a Prime Provider who has the capability and capacity to deliver supplementary technology and services to support the development of its "Intelligence Centre", in line with the specified requirements set out in an Output Based Specification (OBS).
2) The technology solution element of this requirement is termed 'FDP+' (Federated Data Platform Plus) while the professional services element is termed the 'FDP+ Implementation Partner'.
3) The estimated contract start date is 1st June 2025, however this is subject to the approval of a Full Business Case (FBC), detailed further within the ITT documentation available. The contract will run for an initial term of 5 (five) years, with an option to extend for any period up to a further 2 (two) years at the sole discretion of the Commissioner.
4) NHS BNSSG ICB's vision for their Intelligence Centre aims to tackle the issues of data variations and data sharing protocols within its wider system. It will be a central hub for all health and care data in the NHS BNSSG ICB footprint, with data from all providers flowing into one secure place, standardised for easy comparison and analysis.
5) The Intelligence Centre will include a user-friendly portal accessible to leaders in all partner organisations. Decision makers will be able to access, visualise, analyse, and export the anonymised data they need. Full details of the requirement can be found in the OBS within the ITT documentation available.
6) TUPE will not apply to this opportunity.
7) This is a two stage, Restricted Procedure under PCR2015. Bidders must pass the requirements set out within the ITT documentation for "Stage 1 - Pre-Qualification" in order to progress to "Stage 2 - Selection" and be capable of award. Full detail of how The Commissioner will carry out this shortlisting exercise has been set out in the "ITT Bidder Guidance" document available.
8) This opportunity contains a priced option requirement that can be activated at the sole discretion of the Commissioner during the term of the contract. Full detail of how to comply with this requirement has been set out in the "ITT Bidder Guidance" document available.
9) The total potential value of this opportunity, including all extension options and the potential priced option requirement is £9,250,000. A breakdown of this full envelope is set out in the "ITT Bidder Guidance" document available.
10) The submission deadline for bids is 28th February 2025.
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
- 72300000 - Data services
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
two.2.4) Description of the procurement
1) NHS Bristol, North Somerset and South Gloucestershire (BNSSG) Integrated Care Board (ICB) (the Commissioner) is seeking to secure a Prime Provider who has the capability and capacity to deliver supplementary technology and services to support the development of its "Intelligence Centre", in line with the specified requirements set out in an Output Based Specification (OBS).
2) The technology solution element of this requirement is termed 'FDP+' (Federated Data Platform Plus) while the professional services element is termed the 'FDP+ Implementation Partner'.
3) The estimated contract start date is 1st June 2025, however this is subject to the approval of a Full Business Case (FBC), detailed further within the ITT documentation available. The contract will run for an initial term of 5 (five) years, with an option to extend for any period up to a further 2 (two) years at the sole discretion of the Commissioner.
4) NHS BNSSG ICB's vision for their Intelligence Centre aims to tackle the issues of data variations and data sharing protocols within its wider system. It will be a central hub for all health and care data in the NHS BNSSG ICB footprint, with data from all providers flowing into one secure place, standardised for easy comparison and analysis.
5) The Intelligence Centre will include a user-friendly portal accessible to leaders in all partner organisations. Decision makers will be able to access, visualise, analyse, and export the anonymised data they need. Full details of the requirement can be found in the OBS within the ITT documentation available.
6) TUPE will not apply to this opportunity.
7) This is a two stage, Restricted Procedure under PCR2015. Bidders must pass the requirements set out within the ITT documentation for "Stage 1 - Pre-Qualification" in order to progress to "Stage 2 - Selection" and be capable of award. Full detail of how The Commissioner will carry out this shortlisting exercise has been set out in the "ITT Bidder Guidance" document available.
8) This opportunity contains a priced option requirement that can be activated at the sole discretion of the Commissioner during the term of the contract. Full detail of how to comply with this requirement has been set out in the "ITT Bidder Guidance" document available.
9) The total potential value of this opportunity, including all extension options and the potential priced option requirement is £9,250,000. A breakdown of this full envelope is set out in the "ITT Bidder Guidance" document available.
10) The submission deadline for bids is 28th February 2025.
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
84
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will run for an initial term of 5 (five) years, with an option to extend for any period up to a further 2 (two) years at the sole discretion of the Commissioner.
two.2.14) Additional information
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
The services are subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.
Bidders will be notified of a contract award decision and the Contracting Authority intends to observe the 10-day standstill period in accordance with the Public Contracts Regulations 2015 ('Regulations'). At the start of the standstill period, a Contract award notification letter will be sent to each Bidder in accordance with Regulation 86 of the Regulations. Details of the dates of the standstill period will be outlined in the Contract award notification letter. The Regulations provide that aggrieved parties are to take action in the High Court (England and Wales).
This exercise is being managed by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner(s).
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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: 2024/S 000-039208
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 February 2025
Local time
12:00pm
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.4) Procedures for review
six.4.1) Review body
NHS Bristol, North Somerset and South Gloucestershire (BNSSG) Integrated Care Board (ICB)
Bristol
Country
United Kingdom