Tender

Development Resources for Dynamics CRM Solution for Test Trace Protect ("TTP") system

  • Digital Health and Care Wales ("DHCW")

F02: Contract notice

Notice identifier: 2021/S 000-017058

Procurement identifier (OCID): ocds-h6vhtk-02ca10

Published 20 July 2021, 1:15pm



Section one: Contracting authority

one.1) Name and addresses

Digital Health and Care Wales ("DHCW")

Ty Glan Yr Afon, 21 Cowbridge Road East

Cardiff

CF11 9AD

Email

laura.panes@wales.nhs.uk

Telephone

+44 2920502109

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://dhcw.nhs.wales/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

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://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/web/login.shtml

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

Development Resources for Dynamics CRM Solution for Test Trace Protect ("TTP") system

Reference number

P647

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

In order to continue developing the fully integrated Contact Tracing system in line with Welsh Government policy and management of the pandemic, DHCW requires development resources to deliver the ongoing system developments and functionality.

two.1.5) Estimated total value

Value excluding VAT: £2,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

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
Main site or place of performance

Various Sites across Wales

two.2.4) Description of the procurement

In order to continue developing the fully integrated Contact Tracing system in line with Welsh Government policy and management of the pandemic, DHCW requires development resources to deliver the ongoing system developments and functionality.

To a degree, the use of the Contact Tracing System and therefore the specific functionality required will be shaped by developments in the management of the pandemic and developments will be undertaken as packages of work to be agreed as and when required. The successful supplier will need to be able to respond quickly to all requests to ensure Welsh Government policy requirements are met.

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

12

This contract is subject to renewal

Yes

Description of renewals

There will be an option to extend for a further twelve (12) months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Developments will be undertaken as packages of work, and will be agreed as and when required, during the term of the Agreement.

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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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

20 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 August 2021

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: May/June 2023, if the optional extension is utilised and a Contact Tracing system is still required

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

All proposed resources must be suitably qualified and hold the relevant certifications, detailed below, in order to meet the minimum criteria detailed in the Single Procurement Document ("SPD"):

1. Microsoft Certified Professional with qualifications in Dynamics 365.

2. Microsoft Certified Professional with qualifications in Microsoft Azure platform from development, administration, and security perspectives.

2. Certified C# professionals.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=112150

(WA Ref:112150)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom