Opportunity

Digital Maturity Assessments

  • NHS England

F02: Contract notice

Notice reference: 2022/S 000-019961

Published 22 July 2022, 8:43am



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House

Leeds

LS2 7UE

Contact

Julian Farley - Procurement Manager

Email

Julian.Farley@nhs.net

Country

United Kingdom

NUTS code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

https://www.england.nhs.uk//

Buyer's address

https://www.england.nhs.uk//

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

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Digital Maturity Assessments

Reference number

C95405

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The broad scope of the procurement will involve contracting with a supplier to deliver a baseline and an enhanced assessment to assess the 7 domains of What Good Looks Like.

two.1.5) Estimated total value

Value excluding VAT: £6,700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73210000 - Research consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

ENGLAND

two.2.4) Description of the procurement

Programme Deliverables
Deliverable 1: Deliver baseline assessments using an existing credible model to all NHS Trusts, Community Integrated Care organisations and ICSs.
Deliverable 2: Deliver an Enhanced DMA covering all aspects of the What Good Looks Like (WGLL) framework and the other areas that need to be factored in.
Deliverable 3: Establish a centralised data set on digital maturity that is accessible for other areas of work. (Within an NHS England-derived database.)
Deliverable 4: DMA dashboards and reports covering National, ICS and Provider/Place level assessment results

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: £6,700,000

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

Duration in months

36

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.2.14) Additional information

• The fixed value of this contract is expected to be no greater than £6.7m (ex. VAT) over its 3year term.
• The proposed contract is for an initial term of 2years, with the option to extend (at the Authority’s ultimate discretion) for any period up to an additional 12months.
• Tenderers are invited to demonstrate their commercial competitiveness as part of their submission.


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

NHSE requires the following documents to be submitted as a minimum for your Tender to be accepted (via the portal):
 Completed and signed Form of Tender – Document 3.
 Completed and signed Bidder Declarations – Document 4.
 Completed and signed Supplier Code of Conduct – Document 5.
 Questionnaire 1_ Technical Response – Document 6
 Questionnaire 2_Commercial Response – Document 7
 Questionnaire 3_Standard Selection Questionnaire - Document 8
 Any other information required by NHSE to be submitted as part of the Tender.

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.2.2) Contract performance conditions

• The WGLL DMA team must be proactive and kept appraised and informed about progress and results. Weekly checkpoints on progress in addition to workstream-based progress meetings must take place regularly.
• The supplier will be expected to present to the DMA Programme board and serve supplementary information to other stakeholders such as the WGLL Assurance Board.
• Weekly and monthly sitreps and reports will be provided by the Supplier to confirm progress in writing. In addition to presenting current progress, the supplier will be expected to present stage plans in the above meeting.
• Due to the nature of the work, there may be information on under-performing NHS organisations. The supplier will liaise with the WGLL DMA team on such matters, especially where any perceived reputation risk is concerned. This means the supplier must have in place control mechanisms on reports along with the audience they are presenting to.


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: No

four.2) Administrative information

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

Date

22 August 2022

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

four.2.7) Conditions for opening of tenders

Date

22 August 2022

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 invoicing will be accepted

six.3) Additional information

General requirements for an invoice for NSHE include:
 A description of the good/services supplied is included.
 NHSE reference number/Purchase Order number is included.
 The appointed Supplier will be expected to submit all invoices via NHSE’s e-Invoicing Platform in accordance with e-Invoicing guidance or via an alternative PEPPOL-compliant e-invoicing system.
 Useful Link at: https://tradeshift.com/supplier/nhs-sbs/

six.4) Procedures for review

six.4.1) Review body

High Court

39 Victoria Street

London

SW1H 0EU

Country

United Kingdom

Internet address

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

six.4.2) Body responsible for mediation procedures

High Court

39 Victoria Street

London

SW1H 0EU

Country

United Kingdom

Internet address

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

six.4.4) Service from which information about the review procedure may be obtained

High Court

39 Victoria Street

London

SW1H 0EU

Country

United Kingdom

Internet address

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