Section one: Contracting authority
one.1) Name and addresses
MHRA
10 South Colonnade, Canary Wharf
London
E14 4PU
Contact
Purchasing@mhra.gov.uk
Telephone
+44 2030806000
Country
United Kingdom
NUTS code
UKI31 - Camden and City of London
Internet address(es)
Main address
https://www.gov.uk/government/organisations/medicines-and-healthcare-products-regulatory-agency
Buyer's address
https://www.gov.uk/government/organisations/medicines-and-healthcare-products-regulatory-agency
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
UID220
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.
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: £3,850,000
two.2) Description
two.2.2) Additional CPV code(s)
- 72200000 - Software programming and consultancy services
- 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
Quality criterion - Name: Implementation and Operational Services / Weighting: 30%
Quality criterion - Name: Optional Services / Weighting: 30%
Quality criterion - Name: Future Services / Weighting: 35%
Quality criterion - Name: Other / Weighting: 5%
Price - Weighting: see VI.3
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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: 2021/S 000-001700
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 February 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ACCENTURE (UK) LIMITED
1 Plantation Place, 30 Fenchurch Street, London
London
EC3M 3BD
Country
United Kingdom
NUTS code
- UKC13 - Darlington
National registration number
04757301
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £3,850,000
Total value of the contract/lot: £3,850,000
Section six. Complementary information
six.3) Additional information
Further to Section I.2.0.1 of this notice:
This is not a joint procurement
Further to Section I.2.0.3 of this notice:
This contract is not awarded by a CPB
Further to Section II.1.7.1 & V.2.4.1 of this notice:
The contract value as stated at £3,850,000 reflects the value of the contract as at the date of contract award. The contract is structured to allow the Authority to take up options/include additional services over the life of the contract which would result in this value being exceeded. This is in line with the documents as advertised and estimated value of £72,000,000
Further to Sections II.2.4.1 & II 2.11.2 of this notice:
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
Further to Section II.2.5) of this notice:
Pounds per Quality point = Adjusted whole life cost(£) / Quality of solution (%)
Further to Section IV.1.3.1 of this notice:
This procurement does not involve the establishment of a framework agreement
Further to Section IV.1.6.1 of this notice:
An electronic auction has not been used
Further to Section IV.1.6.2 of this notice:
An DPS has not been set up
Further to Section V.2.5.1 of this notice:
The awarded contract does not include any sub-contractors
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
royalcourtsofjustice.jc@gov.uk
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC4Y 1EU
Country
United Kingdom