Tender

Health and Social Care Network Peering Exchange Services

  • NHS Digital

F02: Contract notice

Notice identifier: 2021/S 000-024616

Procurement identifier (OCID): ocds-h6vhtk-02e795

Published 4 October 2021, 2:31pm



Section one: Contracting authority

one.1) Name and addresses

NHS Digital

7 & 8 Wellington Place

Leeds

LS1 4AP

Email

hscnpeeringexchangeprocurement@nhs.net

Country

United Kingdom

NUTS code

UKE42 - Leeds

Internet address(es)

Main address

https://www.digital.nhs.uk/

Buyer's address

https://www.digital.nhs.uk/

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

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

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

http://health.atamis.co.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

Health and Social Care Network Peering Exchange Services

two.1.2) Main CPV code

  • 64221000 - Interconnection services

two.1.3) Type of contract

Services

two.1.4) Short description

The Health and Social Care Network (HSCN) has been in place nationally for over four years. It has created the effect of a single network across Heath and Social Care providers and their partners. The HSCN Peering Exchange Services form a key supply chain component and facilitates independent network interconnection between the disaggregated HSCN network service providers. The HSCN Peering Exchange Services may subsequently be procured by wider public bodies, as described in section V1.3) below.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32400000 - Networks
  • 48200000 - Networking, Internet and intranet software package
  • 32400000 - Networks
  • 50312300 - Maintenance and repair of data network equipment
  • 51611100 - Hardware installation services
  • 51300000 - Installation services of communications equipment
  • 72250000 - System and support services
  • 72315000 - Data network management and support services
  • 72315200 - Data network management services
  • 72315100 - Data network support services
  • 72500000 - Computer-related services
  • 72700000 - Computer network services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The procurement seeks a supplier to provide and manage a hosted network peering exchange solution and the management of the same. More detail is provided in the ITT and associated contract documentation.The services will be utilised by bodies providing health and social care in England, including any other body named or referred to as a 'Service Recipient' under a Call-Off Agreement (as defined in the contract documentation). Further information regarding the bodies entitled to utilise the Framework Agreement is set out at section V1.3) below. The maximum value of the contract reflects the Contracting Authority's best estimate of usage.

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.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

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 a single operator

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

5 November 2021

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

four.2.7) Conditions for opening of tenders

Date

5 November 2021

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

Electronic payment will be used

six.3) Additional information

Economic operators wishing to be considered for appointment as the single supplier on the framework must submit a completed Tender in compliance with the instructions and within the prescribed deadline as set out in this Contract Notice. Potential suppliers should note the Contracting Authority’s rights to vary or discontinue the procurement process as set out in the procurement documentation. Potential suppliers should note that, in accordance with Government's policies on transparency, the Contracting Authority intends to publish the Invitation to Tender (ITT) documents, and the text of any Contract awarded (to include the Framework Agreement, and any subsequent Call-Off Agreement entered into thereunder), subject to possible redactions at the discretion of the Contracting Authority.The scope of the Peering Exchange Services may be subject to variation throughout its lifetime. Any such change will be subject to full approval and economic operators will be notified of any such planned changes.The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). Any selection of tenderers will be based solely on the criteria set out for the procurement. The Framework Agreement will be accessible for use by all Public Sector bodies including their Arm’s length bodies and agencies; Non-Ministerial Department and Executive Agencies; and the Wider Public Sector (and any future successors to these organisations). As at the publication of this Contract Notice, the latest list of these Contracting Authorities can be found in the Office for National Statistics’ Public Sector Classification Guide’ (see the ‘Central Government’ and ‘Local Government’ worksheets in the ‘Public Sector Classification Guide – August 2021 found at https://www.ons.gov.uk/methodology/classificationsandstandards/economicstatisticsclassifications/introductiontoeconomicstatisticsclassifications.Entities which are not public sector bodies may also use the Framework Agreement if the Contracting Authority is satisfied that such entity is calling off goods or services directly, solely and exclusively in order to satisfy contractual obligations to 1 or morepublic sector bodies or such other entities as may be entitled to receive the benefit of goods or services under the terms of the Framework Agreement (‘End Users’), all of which are entitled to use the Framework Agreements on their own account; and allServices to be called-off by it are to be used directly, solely and exclusively by such End Users; and it will pass the benefit of the Call-Off Contract to such End Users directly in full.This Framework Agreement will also be accessible for use by any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general public interest, not having an industrial or commercial character, and(i) Financed wholly or mainly by another Contracting Authority listed above in this section VI.3) of this notice; (ii) Subject to management supervision by another Contracting Authority listed in this section VI.3) of this notice; or(iii) An association of, or formed by, one (1) or more of the Contracting Authorities (listed above in this section VI.3 of this notice).

six.4) Procedures for review

six.4.1) Review body

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

Email

InternationalRelationsJudicialOffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/