Tender

Building Information Standards Dynamic Purchasing System

  • NHS Digital

F02: Contract notice

Notice identifier: 2022/S 000-031869

Procurement identifier (OCID): ocds-h6vhtk-038323

Published 10 November 2022, 3:17pm



Section one: Contracting authority

one.1) Name and addresses

NHS Digital

7 & 8 Wellington Place

Leeds

LS1 4AP

Contact

https://digital.nhs.uk/about-nhs-digital/technology-suppliers/building-information-standards-framework

Email

ires-business-development@nhs.net

Country

United Kingdom

Region code

UKE42 - Leeds

Internet address(es)

Main address

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

Buyer's address

https://www.digital.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

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Building Information Standards Dynamic Purchasing System

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Digital’s Information Representation Service's (IReS) Data Standards Assurance team (DSAS) provides assurance and appraisal services for all Information Standards submitted to the Data Alliance Partnership Board for publication.
The IReS Building Information Standards Business (BIS) Dynamic Purchasing System (DPS) encompasses minor or ongoing maintenance to an existing standard, the major revision of an existing standard, or the creation of a new standard.
https://digital.nhs.uk/data-and-information/information-standards
https://digital.nhs.uk/data-and-information/information-standards/information-standards-and-data-collections-including-extractions/data-alliance-partnership-board

two.1.5) Estimated total value

Value excluding VAT: £9,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Original notice https://www.contractsfinder.service.gov.uk/Notice/9e57cfd1-a518-4233-933f-fdb5f2d94f88
This is an extension to the original 4-year contract. Due to a change in e-tendering systems the original notice expired. This DPS is for use by organisations who have a need to create, manage or maintain Information Standards pertaining to Health and Social Care.

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: £9,000,000

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

Start date

28 November 2018

End date

30 November 2023

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

Original notice https://www.contractsfinder.service.gov.uk/Notice/9e57cfd1-a518-4233-933f-fdb5f2d94f88

https://ted.europa.eu/udl?uri=TED:NOTICE:459536-2018:TEXT:EN:HTML


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

Criteria is listed within the procurement documents which can be found at https://health-family.force.com/s/Welcome

three.1.3) Technical and professional ability

List and brief description of selection criteria

Criteria is listed within the procurement documents which can be found at https://health-family.force.com/s/Welcome


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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.2.1) Previous publication concerning this procedure

Notice number: 2018/S 202-459536

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

Date

30 November 2023

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

Tender must be valid until: 30 November 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This Dynamic Purchasing System is for use by buyers in the British Islands which fall into one or more of the categories of body listed below:

1.

(a) ministerial government departments;

(b) non-ministerial government departments;

(c) executive agencies of government;

(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal

NDPBs;

(e) Assembly Sponsored Public Bodies (ASPBs);

(f) Police forces;

(g) Fire and rescue services;

(h) Ambulance services;

(i) Maritime and coastguard agency services;

(j) NHS bodies;

(k) educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities;

(l) hospices;

(m) housing associations, including registered social landlords;

(n) third sector and charities;

(o) citizens advice bodies;

(p) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils;

(q) public corporations;

(r) civil service bodies, including public sector buying organisations.

(s) HM Armed Forces

(t) HM Prisons (youth, adult and deportation)

(u) HM Courts and tribunals service.

2) Those listed and maintained by the Government on their website at https://www.gov.uk/government/ organisations or any replacement web-link;

3) Those listed and maintained by the Office of National Statistics (ONS) at https://www.ons.gov.uk/economy/

Nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement web-link.

4) Those set out in the definition of Contracting Authority in regulation 2(1) of the Public Contracts Regulations 2015 (PCR), namely:

(a) the State, regional or local authorities. This covers parliament, central government, regional government and local government;

(b) associations formed by one or more regional or local authorities;

(c) bodies governed by public law, as defined under regulation 2(1) of PCR, including any subsidiary and sponsoring department of such bodies. A body which operates in normal market conditions, aims to make a profit, and bears the losses resulting from the exercise of its activity shall not be considered as being a body

Governed by public law since the needs in the general interest, that it has been set up to meet or been given the task of meeting, can be deemed to have an industrial or commercial character;

(d) associations formed by one or more bodies governed by public law including any (applicable) joint venture or corporation;

(e) central government authorities, as defined under regulation 2(1) of PCR and listed in Schedule 1 PCR.

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/