Tender

DHSC: Business Continuity Management and Emergency Communication Software

  • Department of Health and Social Care

F01: Prior information notice (call for competition)

Notice identifier: 2024/S 000-018991

Procurement identifier (OCID): ocds-h6vhtk-04715b

Published 20 June 2024, 9:18am



Section one: Contracting authority

one.1) Name and addresses

Department of Health and Social Care

39 Victoria Street

London

SW1H 0EU

Contact

Emma Hudson

Email

emma.hudson@dhsc.gov.uk

Country

United Kingdom

Region code

UKI32 - Westminster

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

Buyer's address

https://www.gov.uk/government/organisations/department-of-health-and-social-care

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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

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://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DHSC: Business Continuity Management and Emergency Communication Software

Reference number

C292342

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

The BCMS/EMS software should be able to automate some/all of the business continuity tasks that are currently completed manually within DHSC. This aspect of the platform/software would result in significant resourcing efficiencies. Also, the platform/software should support automation for building capability and training for those with a BC role within DHSC. As well as having an exercising capability for testing BC Plans at various levels where the results can be tracked.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72260000 - Software-related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The Business Continuity Management Software and Emergency Messaging System software should ideally be part of the same system/solution. Emergency Messaging should be able to be sent quickly via SMS/email during an incident and have the ability to receive poll responses during an incident. The platform should be able to manage the incident within the software quickly and easily. A conference calling facility should also exist within the platform software to enable IMT/others to be called in/join a call during an incident as required. The platform should have the ability for the collation and reporting of incident management data and this should be at an advanced level. This information should also be available in a dashboard format for easy assimilation by the reader. Upgrades to the platform and its products and or the system are included in the contract at no additional cost to DHSC. Integration with existing DHSC business communications software (MS Teams) and data sets (D365) should be able to be managed via API integration. The platform should be able to reduce resources required for the planning and delivering of Exercises. These exercises should be short simulations and the results should also be readily available in a dashboard format. The exercising element of the platform should also come at no additional cost and be of a high standard and scalable. The platform should be able to reduce the resources required to conduct Business Impact Analyses and automatically produce Business Continuity Plans from these BIA’s. This should include the ability of updating of these documents/plans within the platform. The platform should be able to support the incident response processes and reduce administration costs for Business Continuity practitioners. The platform/software should support automation for building capability and have a suite of training available for those with a BC role within DHSC. The platform should be able to identify associated risks linked to key systems and processes (interdependencies) across business areas and to highlight these in a timely manner for remediation (Bowtie methodology). The platform/software should be easy to use, thus reducing the training and development costs. However, there should be initial training provided for frequent (Admin) and non-frequent users of the platform as part of the overall package.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Commercial / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £200,000

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

Start date

1 September 2024

End date

31 October 2026

This contract is subject to renewal

Yes

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of expressions of interest

Date

26 July 2024

Local time

12:00pm

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

English

four.2.5) Scheduled date for start of award procedures

15 August 2024


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/