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
Development Resources for Dynamics CRM Solution for Test Trace Protect ("TTP") system
Reference number: P647
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
In order to continue developing the fully integrated Contact Tracing system in line with Welsh Government policy and management of the pandemic, DHCW requires development resources to deliver the ongoing system developments and functionality.
II.1.5) Estimated total value
Value excluding VAT:
2 600 000.00
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
In order to continue developing the fully integrated Contact Tracing system in line with Welsh Government policy and management of the pandemic, DHCW requires development resources to deliver the ongoing system developments and functionality.
To a degree, the use of the Contact Tracing System and therefore the specific functionality required will be shaped by developments in the management of the pandemic and developments will be undertaken as packages of work to be agreed as and when required. The successful supplier will need to be able to respond quickly to all requests to ensure Welsh Government policy requirements are met.
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: 12
This contract is subject to renewal: Yes
Description of renewals:
There will be an option to extend for a further twelve (12) months.
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:
Yes
Description of options:
Developments will be undertaken as packages of work, and will be agreed as and when required, during the term of the Agreement.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
20/08/2021
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:
20/08/2021
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
May/June 2023, if the optional extension is utilised and a Contact Tracing system is 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 Certified Professional with qualifications in Dynamics 365.
2. Microsoft Certified Professional with qualifications in Microsoft Azure platform from development, administration, and security perspectives.
2. Certified C# professionals.
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=112150
(WA Ref:112150)
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
20/07/2021