Tender

Tenancy Based Robotic Process Automation

  • NHS England

F02: Contract notice

Notice identifier: 2023/S 000-030557

Procurement identifier (OCID): ocds-h6vhtk-040c93

Published 17 October 2023, 9:58am



Section one: Contracting authority

one.1) Name and addresses

NHS England

1st Floor, Quarry House, Quarry Hill

Leeds

LS2 7UE

Contact

Julian Farley - Procurement Lead

Email

Julian.Farley@nhs.net

Country

United Kingdom

Region 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

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

Tenancy Based Robotic Process Automation

Reference number

C216580

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 ambition is to award a single contract to a competent and capable supplier for a managed cloud hosted platform which will host the tenancy-based solution.

two.1.5) Estimated total value

Value excluding VAT: £541,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

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

The ambition is to award a single contract to a competent and capable supplier for a managed cloud hosted platform which will host the tenancy-based solution.
The preferred supplier will be required to manage the hosted platform, as well as providing licencing, support, development, programme management activities, networking connectivity to the Trusts, as well as providing SLAs and account management activities.
The programme will be split into two phases,
Phase One - the pilot phase which will trail the reuse and re development of tenancy-based processes with a limited number of Trusts.
Phase Two - Following the pilot phase a full review will be completed which will include the benefits to individual Trusts (financial and non-financial) plus a detailed review of the solution architecture and review of the performance of the supplier and hosting arrangements.

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: £541,000

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

This procurement seeks to appoint a competent and capable supplier to deliver our specified requirements over 3years, with a break clause (unilateral termination for convenience clause for the contracting authority) on conclusion of Phase One.

The decision to progress to Phase Two will be subject to NHSE approval and formal notification. The Contract is for and on behalf of NHS England.


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 (uploaded at 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 Mandatory Requirements – Document 6a
 Questionnaire 2_Technical Method Statements – Document 6b
 Questionnaire 3_Commercial Response – Document 7
 Questionnaire 4_Standard Selection Questionnaire - Document 8

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Statement of Requirements document.


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

16 November 2023

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

16 November 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The NHS standard Terms and Conditions for the provision of services (contract version) will apply.

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