Contract

MASS A1 Part 3

  • National Institute For Health And Care Excellence

F03: Contract award notice

Notice identifier: 2023/S 000-032418

Procurement identifier (OCID): ocds-h6vhtk-041135

Published 2 November 2023, 11:51am



Section one: Contracting authority

one.1) Name and addresses

National Institute For Health And Care Excellence

2nd Floor

London

E20 1JQ

Contact

Sharon Martin

Email

sharon.martin@nice.org.uk

Telephone

+44 2070452024

Country

United Kingdom

Region code

UKI32 - Westminster

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://nice.org.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

MASS A1 Part 3

Reference number

NICE 146

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 AI & Digital Regulations Service is a project funded by the NHS AI Lab. The project is a collaboration between four regulatory bodies ('Project partners'):

1.1. the National Institute for Health and Care Excellence (NICE; with project oversight) provides national guidance and advice to improve health and social care,

1.2. the Care Quality Commission (CQC) is the independent regulator of health and social care in England,

1.3. the Health Research Authority (HRA) provides a unified national system for the governance of health research, and;

1.4. the Medicines and Healthcare products Regulatory Agency (MHRA) ensures that medicines and medical devices work and are acceptably safe.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £361,665

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

Based on the research undertaken to date in the discovery, alpha and beta phases 1 and 2, the service component of the project (as distinct from policy development) focuses on the following two features:

(i) An informational website which maps out and clarifies the regulatory and HTA pathway for AI and data-driven technologies, highlighting relevant guidance and materials that developers and adopters need when they need it, so that they can make regulatory progress more effectively whilst (ideally) expending less resource. The developer area of the website launched in public beta in March 2023 under the title of the AI and Digital Regulations Service. The adopter area is in private beta at time of writing this spec. The whole website is expected to launch in public beta in June 2023.

(ii) A centralised transactional resource that makes it easier for developers and adopters to access advice and support they need by triaging them to the most appropriate of existing support offers whilst 'hiding the wiring'.

Our requirement is for the supplier for the public beta improvement phase to build upon significant foundational work undertaken in phases 1 and 2, including but not limited to: • Revising and improving the design and build of the service based on findings from private beta testing in phases 1 and 2 • Conducting user research with developers and adopters to test the public beta version of the website and ensure the web platform continues to meet the needs of all users.

At the time of on-boarding, the service will be running in public beta. The supplier will be expected to provide technical / service desk support. In line with government funded digital services, a project with a transactional service must pass the Central Digital and Data Office (CDDO) / Government Digital Services (GDS) assessments to progress to different stages of development, e.g. from public beta to live.

Please apply via The Digital Capability for Health framework - RM6221.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50%

Cost criterion - Name: Cost / Weighting: 50%

two.2.11) Information about options

Options: Yes

Description of options

Extension option of 2 months with a minimum notice period of 2 weeks.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

The Crown Commercial Services Digital Capability for Health Deliverables Framework RM6221 was used.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 July 2023

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

BJSS

1 Whitehall Quay

Leeds

LS1 4HR

Country

United Kingdom

NUTS code
  • UKD - North West (England)
Companies House

02777575

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £361,665

Total value of the contract/lot: £361,665


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

NICE

2nd Floor

London

E20 1JQ

Email

sharon.martin@nice.org.uk

Telephone

+44 2070452024

Country

United Kingdom