Award

Specialist Resources required to support Covid Vaccine Booking System and Child Health System

  • Digital Health and Care Wales ("DHCW")

F15: Voluntary ex ante transparency notice

Notice identifier: 2022/S 000-003006

Procurement identifier (OCID): ocds-h6vhtk-031258

Published 2 February 2022, 3:04pm



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

Email

laura.panes@wales.nhs.uk

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

Email

simon.wakeman@tpximpact.com

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