Section one: Contracting authority
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
Telephone
+44 1312757454
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nss.nhs.scot/browse/procurement-and-logistics
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
National Mental Health CCBT Software
Reference number
NP604823
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
NHS National Services Scotland (NHS NSS) wishes on behalf of NHS Scotland to procure Computerised Cognitive Behaviour Therapy (CCBT) software. This will be split into 2 lots, Generalised Anxiety Disorder and Insomnia.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Generalised Anxiety Disorder (GAD)
Lot No
1
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
NHS NSS are looking to procure a tried-and-tested, clinically effective, digital solution for GAD while providing longer term stability and availability across Health, Care and 3rd Sectors in all geographical areas in Scotland.
Full information relating to this requirement, including instructions on how to submit a bid, can be found on the PCS-Tender website.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 85
Price - Weighting: 15
two.2.6) Estimated value
Value excluding VAT: £5,000,000
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
Includes the option(s) to extend the contract for up to 2 periods of 12 months.
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) Description
two.2.1) Title
Insomnia
Lot No
2
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
NHS NSS are looking to procure a tried-and-tested, clinically effective, digital solution for Insomnia while providing longer term stability and availability across Health, Care and 3rd Sectors in all geographical areas in Scotland.
Full information relating to this requirement, including instructions on how to submit a bid, can be found on the PCS-Tender website.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 85
Price - Weighting: 15
two.2.6) Estimated value
Value excluding VAT: £5,000,000
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
Includes the option(s) to extend the contract for up to 2 periods of 12 months.
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD Q4.1.1: Bidders are required to provide statement of accounts or extracts relating to their business for the previous 3 years.
Where any are risks identified by NSS as part of the due diligence carried out on the above information NSS may require Bidders to provide additional information to demonstrate financial standing.
Additional information can include but not be limited to:
- parent company accounts (if applicable)
- deeds of guarantee
- bankers statements and references
- accountants’ references
- management accounts
- financial projections, including cash flow forecasts
- details and evidence of previous contracts, including contract values
- capital availability
SPD Q4B.5.1b and 4B.5.2: Bidders who cannot provide suitable evidence of a secure financial standing may be excluded from the procurement.
It is a requirement of this Contract that Bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employers liability insurance: 5 000 000 GBP;
Public liability insurance: 1 000 000 GBP;
Professional indemnity insurance: 1 000 000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Q4C.1.2: Please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice.
SPD Q4C.2: Bidders are required to confirm compliance with standards, such as ISO or equivalent, set by technical bodies, especially those responsible for quality control.
Please provide examples such as the following:
- Cyber Essentials
- ISO 9001
- Quality Management Systems
- ISO 27001
- Information Security Management
- ISO 27017
- Code of practice for information security controls
- ISO 27018
- Code of practice for protection of personally identifiable information (PII) in public clouds acting as PII processors
- UK Government 14 Cloud Security Principles
Please state the relevance of any such educational and professional qualifications.
SPD Q4C.6: Bidders will be required to confirm that they and/or the service provider have relevant educational and professional qualifications such as the following:
ISO27001 or equivalent ITIL qualifications [Helpdesk, etc] or equivalent other professional qualifications relevant to the Services outlined in the Contract Notice.
Please state the relevance of any such educational and professional qualifications.
SPD Q4C.6.1: Bidders will be required to confirm that they and/or the service provider's managerial staff have relevant educational and professional qualifications such as the following:
ISO27001 or equivalent ITIL qualifications [Helpdesk, etc] or equivalent other professional qualifications relevant to the Services outlined in the Contract Notice.
Please state the relevance of any such educational and professional qualifications.
SPD Q4.7: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:
Compliance with the Waste Electrical and Electronic Equipment Directive (WEEE).
SPD Q4.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the Agreement.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Date
17 April 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 April 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23720. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
All Bidders must agree to support the concept, provision and ongoing development of community benefits provision in relation to this Agreement. Bidders are required to provide a brief summary of the community benefits that have recently been delivered within Scotland, and also what impact and outcomes these have achieved. Bidders are also required to summarise any community/social benefits that will be delivered as part of this Agreement if successful, or, alternatively, confirm that they will engage with the NHS Scotland Community Benefits Gateway (CBG). All Bidders must provide evidence of how they will commit to fair work practices for workers (including any agency or sub-contractor workers) engaged in the delivery of this contract.
(SC Ref:726198)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chamber Street
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts: An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.