Opportunity

Enterprise Level Information Communication Technology (ICT) Solutions 2023 Digital Technology Framework Agreement (ComIT 3 – Complete IT 3)

  • HealthTrust Europe LLP (HTE) acting on behalf of the Mid and South Essex NHS Foundation Trust (“Authority/MSE”)

F02: Contract notice

Notice reference: 2023/S 000-007857

Published 17 March 2023, 2:47pm



Section one: Contracting authority

one.1) Name and addresses

HealthTrust Europe LLP (HTE) acting on behalf of the Mid and South Essex NHS Foundation Trust (“Authority/MSE”)

19 George Road

Edgbaston, Birmingham

B15 1NU

Contact

Sinead Joseph

Email

Sinead.Joseph@htepg.com

Telephone

+44 01216871350

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://healthtrusteurope.bravosolution.co.uk

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://healthtrusteurope.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://healthtrusteurope.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

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

Enterprise Level Information Communication Technology (ICT) Solutions 2023 Digital Technology Framework Agreement (ComIT 3 – Complete IT 3)

Reference number

SF053384

two.1.2) Main CPV code

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages

two.1.3) Type of contract

Supplies

two.1.4) Short description

The scope of this framework agreement across 1 (One) Lot, enables the purchase of end-to-end digital requirements. This includes procurements of individual or standalone ICT solutions, alongside procurements for combined/ bundled solutions across the entire Hardware, Software, Cybersecurity, Computer science solutions and associated services landscape.

The Framework will enable a range of purchase options and value add benefits including but not limited to; storage and logistics, configuration, finance, Device as a Service (DaaS) and leasing; enabling Participating Authorities to update their ICT estate in a way that best meets their individual needs, the needs of a group of Contracting Authorities, or the needs of their Integrated Care Systems (ICS).

A non-exhaustive summary of these 6 Lead categories is detailed below:

Hardware

The provision of products, services and solutions for the design, supply, installation, delivery and facilitation of enterprise level ICT hardware solutions, across a range of brands, specifications, manufacturers and finance (including lease) options. This hardware categorisation ranges from Hardware-as-a-Service (Haas), single hardware purchases and modifications of hardware equipment to full specification design, build, installation, deployment, support and maintenance of enterprise level infrastructure for complete ICT Solutions.

Software

The provision, implementation and facilitation of all software solutions. This varies from commoditised off the shelf programs, applications and software packages to complex bespoke software and system developed solutions. This incorporates all aspects of software licensing and software support models including cloud, mobile software licensing and Software-as-a-Service (SaaS). Software solutions are to include; cloud service & solutions, operating software, programmes and applications, internet Solutions, social media solutions, bespoke software development, auditing and testing, software asset management (SAM), software license optimisation, monetisation and deployment, application programming interfacing (API), software portfolio management (SPM), software support and maintenance services and other products, solutions or services which may reasonably be described as software, development, programs or applications.

ICT Security and Cybersecurity

The provision, implementation and facilitation of all necessary ICT elements, to provide robust defences against security threats whether internal, external, digital or physical. The security category consists of technologies, solutions, processes, and controls designed to protect systems, networks and data from risk.

ICT Technology Assisted Services including Digitisation and Digitalisation

The supply and delivery of a variety of technology assisted services to enhance a Participating Authorities delivery, performance and experience of ICT solutions. The provision of supporting value-added services which combine with the processes and functions of software, hardware, networks, telecommunications and electronics. This varies from the supply of individual services to the supply of overarching digitisation and digitalisation solutions (including managed services) to enhance health, social services and public service delivery.

Computer Science

The provision, implementation and facilitation of all products and services to optimise and improve an organisation’s data processing capabilities. Solutions are to include:- automation, machine learning, natural language processing, artificial intelligence and cognitive computing.

Social Value

The Social Value categorisation will aid Participating Authorities in ensuring that what they buy creates additional benefits for society. It will enable public sector bodies to meet their social value outcomes and deliverables (where applicable) by assessing, recording, measuring and reporting social value objectives, outcomes and processes where applicable.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 22000000 - Printed matter and related products
  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 30200000 - Computer equipment and supplies
  • 30211200 - Mainframe hardware
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31100000 - Electric motors, generators and transformers
  • 31200000 - Electricity distribution and control apparatus
  • 31300000 - Insulated wire and cable
  • 31400000 - Accumulators, primary cells and primary batteries
  • 31500000 - Lighting equipment and electric lamps
  • 31600000 - Electrical equipment and apparatus
  • 31700000 - Electronic, electromechanical and electrotechnical supplies
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32200000 - Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32400000 - Networks
  • 32500000 - Telecommunications equipment and supplies
  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33100000 - Medical equipments
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35120000 - Surveillance and security systems and devices
  • 35200000 - Police equipment
  • 35700000 - Military electronic systems
  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 38100000 - Navigational and meteorological instruments
  • 38600000 - Optical instruments
  • 38700000 - Time registers and the like; parking meters
  • 38800000 - Industrial process control equipment and remote-control equipment
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 42000000 - Industrial machinery
  • 42500000 - Cooling and ventilation equipment
  • 42900000 - Miscellaneous general and special-purpose machinery
  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
  • 45000000 - Construction work
  • 48000000 - Software package and information systems
  • 48100000 - Industry specific software package
  • 48200000 - Networking, Internet and intranet software package
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48400000 - Business transaction and personal business software package
  • 48500000 - Communication and multimedia software package
  • 48600000 - Database and operating software package
  • 48700000 - Software package utilities
  • 48730000 - Security software package
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems
  • 50000000 - Repair and maintenance services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 51000000 - Installation services (except software)
  • 63000000 - Supporting and auxiliary transport services; travel agencies services
  • 64000000 - Postal and telecommunications services
  • 64220000 - Telecommunication services except telephone and data transmission services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72100000 - Hardware consultancy services
  • 72110000 - Hardware selection consultancy services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 72140000 - Computer hardware acceptance testing consultancy services
  • 72200000 - Software programming and consultancy services
  • 72212732 - Data security software development services
  • 72212983 - Development software development services
  • 72212984 - Program testing software development services
  • 72230000 - Custom software development services
  • 72254100 - Systems testing services
  • 72261000 - Software support services
  • 72262000 - Software development services
  • 72263000 - Software implementation services
  • 72264000 - Software reproduction services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72267100 - Maintenance of information technology software
  • 72268000 - Software supply services
  • 72300000 - Data services
  • 72313000 - Data capture services
  • 72314000 - Data collection and collation services
  • 72315000 - Data network management and support services
  • 72316000 - Data analysis services
  • 72317000 - Data storage services
  • 72321000 - Added-value database services
  • 72322000 - Data management services
  • 72400000 - Internet services
  • 72500000 - Computer-related services
  • 72600000 - Computer support and consultancy services
  • 72700000 - Computer network services
  • 72800000 - Computer audit and testing services
  • 72900000 - Computer back-up and catalogue conversion services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79900000 - Miscellaneous business and business-related services
  • 80000000 - Education and training services
  • 92000000 - Recreational, cultural and sporting services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The annual spend through the existing ICT Solutions 2019 Framework Agreement is estimated to be £2,063,000,000.00 (based on spend data September 2019 - January 2023).

The estimated spend for this Framework Agreement is £6,000,000,000.00 over the 4 year duration.

TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI) The terms and conditions of this framework agreement and any resulting call-off contracts is appended to the ITT. These terms include provisions requiring the payment by the supplier of an ABI management charge in consideration of the award of this framework agreement, the management and administration by HTE of the overall contract structure and associated documentation, as well as the requirement to submit regular management information to HTE.

SUBMISSION OF EXPRESSIONS OF INTEREST AND PROCUREMENT INFORMATION. This exercise will be conducted on the HTE Bravo portal. Candidates wishing to be considered must register expressions of interest as follows: Register on the HTE portal at https://healthtrusteurope.bravosolution.co.uk. Login to the portal with username/password. Click the SQs/ITTs Open to All Suppliers link. These are the SQs/ITTs open to any registered supplier. Click on the relevant SQ/ ITT to access the content. Click the Express Interest button at the top of the page. This will move the SQ/ITT into your My SQs/My ITTs page. You can access any attachments by clicking Buyer Attachments in the SQ/ITT Details box. Follow the on-screen instructions to complete the SQ/ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact the Bravo e Tendering Help Desk at help@bravosolution.co.uk. Sid4Gov HTE utilises the sid4gov supplier information database. Candidates should register on sid4gov at https://sid4gov.cabinetoffice.gov.uk/organisation/register and submit their sid4gov company profile for publication on the database. Candidates already registered on sid4gov must ensure information is up to date. Where access to sid4gov is unavailable, please contact the sid4gov helpdesk at sid4gov@gps.gsi.gov.uk. Please note that sid4gov does not prepopulate any fields of the SQ on HTE's Bravo portal. Candidates must complete the Qualification & Technical Envelopes of the SQ in Bravo in full.

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: £6,000,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

A renewal period of 24 months for a maximum term of 48 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for an additional 24 months.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

To be awarded a place on this Framework Agreement, Suppliers MUST hold a Cyber Essentials Plus certification and provide demonstratable evidence of this

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

The Participating Authority may want to use electronic auction in accordance

with Reg 35(1)(a) and after an initial full evaluation of the tenders as set out in Reg

35(2). Further details to be in the ITT.

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

19 April 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

HTE is acting on behalf of MSE, a central purchasing body. Notwithstanding HTE's relationship with MSE, it is HTE who is conducting this tender exercise and MSE will execute the resultant framework agreement with successful bidders. The bodies to whom the use of this framework agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the entities in the UK (particularly those of a health and/or social care nature) listed in the downloadable spreadsheet in the weblink below are envisaged as framework agreement users: https://www.ons.gov.uk/methodology/classificationsandstandards/economicstatisticsclassifications/introductiontoeconomicstatisticsclassifications

This list includes each organisation's successors and assigns, any equivalent organisations and associated organisation created due to any organisational changes. This framework agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organisations.

six.4) Procedures for review

six.4.1) Review body

Legal Department, HealthTrust Europe LLP

19 George Road

Birmingham

B15 1NU

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

HTE will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.