Section one: Contracting authority/entity
one.1) Name and addresses
Digital Health and Care Wales ("DHCW")
Ty Glan Yr Afon, 21 Cowbridge Road East
Cardiff
CF11 9AD
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://nwssp.nhs.wales/ourservices/procurement-services/
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
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
Specialist Resources required to support Covid Vaccine Booking System and Child Health System
Reference number
P738
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 Authority requires external specialist resources to complete the implementation of the Oracle platform upgrade, which both the Covid Vaccine Booking System and Child Health System are built upon. Upgrading to a supported version is both critical and mandatory and must be completed before the current version becomes end of life on 31st March 2022.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £400,000
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 72212610 - Database software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Across NHS Wales
two.2.4) Description of the procurement
The Authority has identified that Oracle support on the existing Oracle platform, which the Covid Vaccine booking system and the Child Health system, which registers and schedules immunisations, are built upon, becomes end of life on 31st March 2022. Upgrading to a supported version of the Oracle Platform which is the underpinning technology is both critical and mandatory to ensure that the vaccination programme is able to operate and take on the new challenges ahead.
As internal resources have been diverted to support the Covid-19 Vaccine requirements it has been agreed at an executive level that the upgrade and associated packages of work to support the vaccine programme need to be sourced and delivered from a third-party supplier.
two.2.5) Award criteria
Quality criterion - Name: Conformance to the Specification / Weighting: Pass/Fail
Price - Weighting: 100
two.2.11) Information about options
Options: Yes
Description of options
Additional work-packages may be called off as and when required but will be subject to Authority approval. The expenditure against this contract will be robustly managed and a close working relationship with the stakeholders will be developed to ensure that the call offs under this Contract are minimised.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
The Authority uses Oracle to deliver a number of its critical systems such as the Covid Vaccine booking system and the Child Health system, which registers and schedules immunisations. The Oracle upgrade required as part of the initial work-package is urgent and needs to be completed by 22nd March 2022. The Authority does not currently have the internal Oracle knowledge and expertise to deliver this requirement and as a result it was agreed that to ensure the upgrade was delivered at pace and within the necessary timescales, a the third-party provider would be engaged to provide their specialist Oracle resources. The utilisation of a third-party also enables the DHCW Team to continue working on other critical projects, such as Covid Vaccine developments. The third party supplier will provide the planning and management of the upgrade implementation and will deploy a team to deliver this activity and future activity, as opposed to the provision of a technical resource only. This gives the Authority greater flexibility and continuity to manage ongoing resource constraints. These resources are essential to support the delivery of the urgent Oracle upgrade required.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract/concession
Contract No
P738
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
3 January 2022
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
TPXimpact Ltd
Runway East (Second Floor), 20 St Thomas Street
London
SE1 9RG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £400,000
Section six. Complementary information
six.3) Additional information
The total contract value, including extension options will not exceed 400,000 ex VAT. There is no commitment to spend up to this maximum value as the approach is to call off work-packages as and when required. The flexibility to call off additional support is required in the event of any issues arising during the current, critical work. The additional skill and capacity can then be called-off efficiently as and when required and applied to the DHCW Data team.
(WA Ref:118033)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom