Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Digital Health and Care Wales ("DHCW")
Ty Glan Yr Afon, 21 Cowbridge Road East
Cardiff
CF11 9AD
UK
Telephone: +44 2920502109
E-mail: laura.panes@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: https://dhcw.nhs.wales/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Specialist Resources for Microsoft 365 and Cloud Services
Reference number: P760
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT:
6 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Various Sites across Wales
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/11/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
17/11/2021
Local time: 12:30
Place:
Electronically
Information about authorised persons and opening procedure:
Sealed sequential opening
Section VI: Complementary information
VI.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
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
14/10/2021