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
Telephone
+44 2920502109
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
Provision of Specialist Resources for Microsoft 365 and Cloud Services
Reference number
P760
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
Digital Health and Care Wales is seeking to appoint a supplier to provision specialist resources with the breadth of expertise and practical experience required to meet the evolving requirements of DHCW in relation to the design and delivery of Wales-wide Microsoft 365 products, and the wider cloud transformation of DHCW national products and services. The successful supplier will be required to provide flexible highly skilled resources to be fully managed and directed by DHCW staff in accordance with its business strategy . The successful supplier will need to demonstrate a track record of delivering successful UK public sector digital transformation programmes, in particular within the NHS. In addition, an excellent working knowledge of the Welsh Public Sector, NHS Wales and the ability to work bilingually through the medium of English and Welsh is essential.
two.1.5) Estimated total value
Value excluding VAT: £6,500,000
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
As set out in section II.1.4 of this Notice, the successful supplier will also have established practices of expertise for Office 365, Azure, Data, SharePoint and Dynamics 365 as well as infrastructure, cloud computing, cyber security and governance, complemented by training and support services. The main high-level requirements are:
1. The continued development and support of the all Wales Microsoft 365 platform to meet best practice, including strengthening cyber security standards.
2. Utilising the Power Platform in the delivery of a set of national ‘Apps’ and automations to improve patient care and drive business efficiencies. 3. Support the establishment of a DHCW Office 365 Centre of Excellence (“CoE”) for long-term sustainable support and development of the platform.
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
36
This contract is subject to renewal
Yes
Description of renewals
There will be an option to extend for a further two (2) years, in annual increments.
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
Work will be allocated to the successful supplier on a work-package by work-package basis which should enable the supplier and the Authority to manage delivery and resources effectively, thereby maximising the value from the contract. At the end of each work-package it is envisaged that a lessons learned report will be developed together with benefits analysis exercise.
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
17 November 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
17 November 2021
Local time
12:30pm
Place
Electronically
Information about authorised persons and opening procedure
Sealed sequential opening
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: October 2024, if the optional extensions are utilised and specialist resources are 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 Gold Partner for Cloud Platform
2. Microsoft Gold Partner for Cloud Productivity
3. Microsoft Gold Partner for Collaboration and Content
4. Microsoft Gold Partner for Communications
5. Microsoft Gold Partner for Windows and Devices
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=114830
(WA Ref:114830)
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