Section one: Contracting authority
one.1) Name and addresses
Supply Chain Coordination Limited (SCCL) the management function of NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Darren Jacobs
SCCLProcurement@supplychain.nhs.uk
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
10881715
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhssupplychain.app.jaggaer.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhssupplychain.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://nhssupplychain.app.jaggaer.com/
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
Procurement for the Appointment of a Digital Platform Provider
Reference number
1180
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
Currently, NHS Supply Chain captures customer demand through a range of solutions including a core catalogue, EDI order feeds, through a forecast driven automated replenishment model, and through orders triggered by inventory usage (e.g., in theatres for high value products). Some of these solutions are over 30 years old, unstable, aren't flexible and are unable to adapt to our strategy or external changes.
We are looking for ONE Supply Chain Digital Commerce Portal - Provide a single tailored and intuitive order and order management platform, managing personalised content delivery across web and mobile channels whilst supporting integration with Electronic Data Interchange (EDI) and 3rd party platforms. The platform will be made accessible to the NHS as well as ~1,100 Suppliers.
Services based Architecture - Highly agile, modular, and incremental architecture to improve service delivery providing single source of truth, accelerated time to value and reducing total cost of ownership
Business rules engine – Defining rules against product master data including but not limited to, product price, stock levels, rationing rules, minimum and maximum order values, and Supply routing conditions
Product Data Management / Taxonomy - A complete and comprehensible product taxonomy enabling customers to find exactly what they need and complete their checkout with ease
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72212210 - Networking software development services
- 72212211 - Platform interconnectivity software development services
- 72212213 - Operating system enhancement software development services
- 72212214 - Network operating system software development services
- 72212218 - License management software development services
- 72212219 - Miscellaneous networking software development services
- 72222300 - Information technology services
- 72300000 - Data services
- 72310000 - Data-processing services
- 72320000 - Database services
- 72400000 - Internet services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Choice of Procurement Procedure – Restricted Procedure
The 5 highest bids will be taken through to the Tender (AQ) stage in accordance with the mechanism set out in Document 2 (SQ Instructions)..
Please refer to the suite of Procurement Documentation
Please be aware that anticipated contract value does not include any extension periods beyond the initial term of 5 years
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
This contract is subject to renewal
Yes – 24 Months
The Contract makes also provision for a further 18 month Termination Assistance Period.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Please refer to the Description Document (Document 1) and the SQ Instructions (Document 2) Evaluation Guidance provided within the suite of Procurement Documentation
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 refer to the suite of Procurement Documentation (including Document 1: Descriptive Document) for further detail
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to procurement documentation
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.2.2) Contract performance conditions
As stated in the suite of Procurement Documentation
The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
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: 2022/S 000-029875
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 April 2023
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: 3 (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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contract resulting from this procurement will be executed by Supply Chain Coordination Limited (‘the Authority’). The cost estimates provided in Sections II.1.5 and II.2.6 are estimates based on historical cost data across a sixty-month contract term.
The Authority is publishing a suite of Procurement Documentation including the Descriptive Document, Selection Questionnaire Instructions, and Tender (AQ) and the draft contract (to include relevant annexes) through its eProcurement Portal with this notice.
Submission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eProcurement Portal at https://nhssupplychain.app.jaggaer.com/ The eProcurement Portal reference number for this exercise is Project_1131. Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information through the NHS Supply Chain eProcurement Portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal.
Applicants are encouraged to download the Supplier Handbook located within the eProcurement Portal by following the ‘Supplier Help centre ‘ link within the Useful Links section of the Dashboard. For any technical help with the portal please contact: Tel: 0800 069 8630 or email: help_uk@jaggaer.com Please refer to Section III.1.1 for additional information.
All communications must be made through NHS Supply Chain’s eProcurement Portal at https://nhssupplychain.app.jaggaer.com/web/login.html using the Message Centre facility linked to this particular contract notice.
Please note that the contract duration specified in II.2.7 (Eighty Four months) includes the optional extensions (up to twenty-four months), and the anticipated implementation period.
The Authority reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract(s) by alternative means if it appears that it can be more advantageously procured by alternative means. The Authority may, at its sole discretion, modify the Procurement Documentation (including any part of it) by amendments in writing (via the eProcurement Portal), including extending the deadline for receipt of tender responses.
In accordance with the Government’s policies on transparency, potential providers should note that the Authority intends to publish any contract awarded Documentation on Contracts Finder, subject to possible redactions at the discretion of the Authority. Further information on transparency can be found at: http://www.cabinetoffice.gov.uk/resource-library/guidance-transparency.
The costs of participation in the procurement will be borne by each applicant.
Please be aware that anticipated contract value does not include any extension periods beyond the initial term of 5 years
six.4) Procedures for review
six.4.1) Review body
Supply Chain Coordination Limited (SCCL)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
SCCLProcurement@Supplychain.nhs.uk
Country
United Kingdom