Opportunity

Intelligent Automation

  • NHS Shared Business Services

F02: Contract notice

Notice reference: 2021/S 000-017038

Published 20 July 2021, 11:53am



Section one: Contracting authority

one.1) Name and addresses

NHS Shared Business Services

Halyard Court, 31 Broadway, The Quays

M50 2UW

Salford Quays

Contact

Carolyn Lawton

Email

carolyn.lawton1@nhs.net

Telephone

+44 07713079141

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

05280446

Internet address(es)

Main address

https://www.sbs.nhs.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/39

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://uk.eu-supply.com/ctm/Supplier/Documents/Folder/30400

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/ctm/Supplier/Notice/26660

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

one.4) Type of the contracting authority

Other type

Joint Venture between the Department of Health and Sopra Steria

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Intelligent Automation

Reference number

SBS10137

two.1.2) Main CPV code

  • 48920000 - Office automation software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS SBS are looking to implement a framework that allows NHS organisations and other public sector bodies to purchase Intelligent Automation. The Intelligent Automation Framework intends to provide a contractual vehicle to support the adoption, implementation and on-going development of Intelligent Automation across Approved Organisations, offering access to services and software that will address a wide range of Intelligent Automation solutions. Intelligent Automation (IA) is a developing technology due to its capacity to increase efficiency, reduce costs, and improve quality.

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

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

Intelligent Automation Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 72212920 - Office automation software development services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

M50 2UW

two.2.4) Description of the procurement

This Lot allows Approved Organisations to procure Intelligent Automation Services from Consultancy and

Implementation to on-going Support. This lot is designed for Approved Organisations who require the expertise and

specialised support from Intelligent Automation service providers in setting up and implementing an in-house

Intelligent Automation service for their organisation, with the end goal being to transfer the day to day running of

Intelligent Automation back to the Approved Organisation. It is expected that Approved Organisations will procure

such services and solutions on a project by project/requirement by requirement basis.

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

48

This contract is subject to renewal

No

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

Intelligent Automation Software & Licensing

Lot No

2a

two.2.2) Additional CPV code(s)

  • 48920000 - Office automation software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot allows Approved Organisations to procure ‘off the shelf’ Intelligent Automation Software and Licensing

direct from software vendor Contractors. This lot is designed for Approved Organisations who have an already

established or are building their own in-house Intelligent Automation function but require a compliant contractual

route to purchasing further Intelligent Automation software, solutions and licenses.

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

48

This contract is subject to renewal

No

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

Add-on Software & Licensing to Intelligent Automation

Lot No

2b

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Under this lot, Contractors can supply the below Add-on software, licenses and solutions which

interoperate within an Intelligent Automation ecosystem direct to Approved Organisations along with

any associated professional support services

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

48

This contract is subject to renewal

No

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

Intelligent Automation as a Service (IAaaS)

Lot No

3

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Intelligent Automation as a Service (IAaaS) is an outcome based, Managed Service solution whereby Approved

Organisations can fully outsource their Intelligent Automation requirements to a third-party service provider. This lot

is designed to make Intelligent Automation more accessible to Approved Organisations by allowing them to procure

on an entirely outcome based/service consumption based, fixed price-per-process operating and commercial

subscription model. It is designed for Approved Organisations who want to completely outsource the day to day

running of an Intelligent Automation service and solution due to barriers to entry into this area such as funding and

lack of internal expertise. This lot may also include ‘Centre of Excellence as a service’.

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

48

This contract is subject to renewal

No

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.1.1) 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 Documents

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

Open 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

Envisaged maximum number of participants to the framework agreement: 60

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 000-002624

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 August 2021

Local time

12:00pm

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: 48 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 August 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

 The duration referenced in Section II.2.7 is for the placing of orders.

The value provided in Section II.1.5 is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.

The Framework will be for the benefit, and on behalf, of public sector bodies, details of such bodies can be accessed at: https://www.sbs.nhs.uk/proc-framework-agreements-support

In addition, if provided for in the contract documents, NHS SBS may extend the scope and benefit of the Framework Agreement to private sector bodies, subject to the approval of NHS SBS. Whilst NHS SBS is not required by procurement legislation to do so, it has extended the principles of public procurement rules to provide its private sector customers with the best value and open and transparent procurement procedures.

The envisaged maximum number of participants to the framework agreement, stated in IV.1.3 is an estimate and is subject to change

six.4) Procedures for review

six.4.1) Review body

NHS Shared Business Services

Halyard Court, 31 Broadway, The Quays

Salford

M50

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHSSBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.