Section one: Contracting authority
one.1) Name and addresses
NHS National Services Scotland
Gyle Square
Edinburgh
EH12 9EB
Contact
Jim Binnie
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
Access to the procurement documents is restricted. Further information can be obtained 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
NSS Counter Fraud Services Intelligence and Investigation Case Management System
Reference number
NP502923
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
NSS is undertaking the procurement of a new Case Management System (CMS) which will be used by Counter Fraud Services.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The solution must provide a fully functional and flexible intelligence and investigation case management system with audit trails and capability to support information exchange with the Crown Office and Procurator Fiscal Service (COPFS) by exporting case files and copy productions to their systems, and be able to link into our Forensic software toolkit and ideally assist with the storage and dissemination of communication data.
The new system will also need to have the capability to hold single information reports to allow the CFS to build a picture of fraud within the NHS and health sector.
This procurement’s aim is to source an existing intelligence and investigative case management system, Commercial Off-The-Shelf (COTS) product that can be customised to meet the organisational needs of CFS and its 25 users.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
An optional three year extension is available.
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
The contract value is reflective of the seven year plus three year extension value.
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 Q.4B.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.
Bidders who cannot provide suitable evidence of a secure financial standing may be
excluded from the procurement.
Q.4B.5.1 and Q.4B.5.2: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence 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 4C.1.2 Please provide details of three relevant examples of services carried out during the last three years.
4.C.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.
4C.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.
And:
4C.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.
4C.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).
4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
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
3 July 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
3 July 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 24319. 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24319. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:734220)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court, Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1DL
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.