Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Digital Capability for Health

  • First published: 23 February 2021
  • Last modified: 23 February 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Authority ID:
AA77925
Publication date:
23 February 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Crown Commercial Service, as the authority, has put in place an agreement for the provision of digital capability for health for use by NHS Digital and other public sector health and social care bodies for the provision of digital outcomes and supporting services. The agreement was developed with NHS Digital as the operator, who requires digital capability to meet specific needs of the health and social care sector.

NHS Digital requires suppliers to invest in understanding their specific organisational needs and to bespoke delivery of their services to meet requirements.

This framework has 12 suppliers with whom NHS Digital will develop strategic relationships over a period of time, to warrant up-front investment in framework level supplier agnostic competition, whilst maintaining effective and efficient competition at call-off. Building of closer strategic relationships will encourage the suppliers to improve and innovate on their delivery of services.

This will be achieved through ongoing collaborative partnership or supplier relationship management activities based on feedback from call-off contracts and MI reports.

Suppliers under the framework are required to provide the following Service Provisions:

DevOps Services — support for ongoing live services

Digital Definition Services — either separately or combined Extended Discovery and /or Alpha phases.

Build and Transition Services — either separately combining Beta phase and/or Retirement phases (including transition to Live). It is anticipated that Live will be covered by an appropriate competition for DevOps Services.

End-to-End Development Services — with the ability to combine the full set of agile phases of Discovery through to Live.

Data Management (and Similar) Services — primarily targeted at building, enhancing and maintaining data assets, migrating data from one system to another and analysis and reporting from such data assets.

Call-off competitions under this framework will follow NHS Digital’s standard governance processes for their requirements. There is no direct award call-off in this agreement.

Typical digital development will follow Government Digital Service (GDS) life cycle: discovery, alpha, beta and so on, outlined in the government service design manual (https://www.gov.uk/service-manual).

Suppliers will deliver work using GDS agile methodologies.

The framework will address the evolving technical ‘stacks’ associated within the different pillars of NHS Digital, including:

— platforms and infrastructure,

— product development,

— data services.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Digital Capability for Health

Reference number: RM6221

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service (CCS) as the authority have put in place a Collaborative Agreement for use by NHS Digital and other public sector health and social care bodies for the provision of digital outcomes and supporting services. The scope of the agreement covers the following:

— DevOps Services,

— Digital Definition Services,

— Build and Transition Services,

— End-to-End Development Services,

— Data Management (and Similar) Services.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 800 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

72000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Crown Commercial Service, as the authority, has put in place an agreement for the provision of digital capability for health for use by NHS Digital and other public sector health and social care bodies for the provision of digital outcomes and supporting services. The agreement was developed with NHS Digital as the operator, who requires digital capability to meet specific needs of the health and social care sector.

NHS Digital requires suppliers to invest in understanding their specific organisational needs and to bespoke delivery of their services to meet requirements.

This framework has 12 suppliers with whom NHS Digital will develop strategic relationships over a period of time, to warrant up-front investment in framework level supplier agnostic competition, whilst maintaining effective and efficient competition at call-off. Building of closer strategic relationships will encourage the suppliers to improve and innovate on their delivery of services.

This will be achieved through ongoing collaborative partnership or supplier relationship management activities based on feedback from call-off contracts and MI reports.

Suppliers under the framework are required to provide the following Service Provisions:

DevOps Services — support for ongoing live services

Digital Definition Services — either separately or combined Extended Discovery and /or Alpha phases.

Build and Transition Services — either separately combining Beta phase and/or Retirement phases (including transition to Live). It is anticipated that Live will be covered by an appropriate competition for DevOps Services.

End-to-End Development Services — with the ability to combine the full set of agile phases of Discovery through to Live.

Data Management (and Similar) Services — primarily targeted at building, enhancing and maintaining data assets, migrating data from one system to another and analysis and reporting from such data assets.

Call-off competitions under this framework will follow NHS Digital’s standard governance processes for their requirements. There is no direct award call-off in this agreement.

Typical digital development will follow Government Digital Service (GDS) life cycle: discovery, alpha, beta and so on, outlined in the government service design manual (https://www.gov.uk/service-manual).

Suppliers will deliver work using GDS agile methodologies.

The framework will address the evolving technical ‘stacks’ associated within the different pillars of NHS Digital, including:

— platforms and infrastructure,

— product development,

— data services.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

Cost criterion: Price / Weighting: 30

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

N/a

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 162-395359

Section V: Award of contract

Contract No: RM6221

Title: Digital Capability for Health

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/01/2021

V.2.2) Information about tenders

Number of tenders received: 47

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

V.2.3) Name and address of the contractor

Accenture (UK) Ltd

4757301

30 Fenchurch Street

London

EC3M 3BD

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 800 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: RM6221

Title: Digital Capability for Health

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/01/2021

V.2.2) Information about tenders

Number of tenders received: 47

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

V.2.3) Name and address of the contractor

Aire Logic Ltd

06233174

Aireside House, Aire Street

Leeds

LS1 4HT

UK

NUTS: UK

The contractor is an SME: Yes

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 800 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Contract No: RM6221

Title: Digital Capability for Health

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/01/2021

V.2.2) Information about tenders

Number of tenders received: 47

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

V.2.3) Name and address of the contractor

BJSS Ltd

2777575

1 Whitehall Quay

Leeds

LS1 4HR

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 800 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Contract No: RM6221

Title: Digital Capability for Health

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/01/2021

V.2.2) Information about tenders

Number of tenders received: 47

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

V.2.3) Name and address of the contractor

Capita Business Services Ltd (CBSL)

2299747

65 Gresham Street

London

EC2V 7NQ

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 800 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: RM6221

Title: Digital Capability for Health

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/01/2021

V.2.2) Information about tenders

Number of tenders received: 47

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

V.2.3) Name and address of the contractor

Cognizant Worldwide Ltd

07195160

1 Kingdom Street, Paddington Central

London

W2 6BD

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 800 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Contract No: RM6221

Title: Digital Capability for Health

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/01/2021

V.2.2) Information about tenders

Number of tenders received: 47

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

V.2.3) Name and address of the contractor

Hippo Digital Ltd

09877239

1st Floor Aireside House, 24-26 Aire Street

Leeds

LS1 4HT

UK

NUTS: UK

The contractor is an SME: Yes

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 800 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Contract No: RM6221

Title: Digital Capability for Health

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/01/2021

V.2.2) Information about tenders

Number of tenders received: 47

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

V.2.3) Name and address of the contractor

IBM United Kingdom Ltd

741598

PO Box 41 North Harbour

Portsmouth

PO6 3AU

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 800 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Contract No: RM6221

Title: Digital Capability for Health

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/01/2021

V.2.2) Information about tenders

Number of tenders received: 47

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

V.2.3) Name and address of the contractor

Infinity Works Consulting Ltd

08189469

Apsley House, 78 Wellington Street

Leeds

LS1 2EQ

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 800 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Contract No: RM6221

Title: Digital Capability for Health

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/01/2021

V.2.2) Information about tenders

Number of tenders received: 47

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

V.2.3) Name and address of the contractor

Informed Solutions Ltd

02755304

The Old Bank, Old Market Place

Cheshire

WA14 4PA

UK

NUTS: UK

The contractor is an SME: Yes

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 800 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Contract No: RM6221

Title: Digital Capability for Health

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/01/2021

V.2.2) Information about tenders

Number of tenders received: 47

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

V.2.3) Name and address of the contractor

Kainos Software Ltd

NI019370

4-6 Upper Crescent

Belfast

BT7 1NT

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 800 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Contract No: RM6221

Title: Digital Capability for Health

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/01/2021

V.2.2) Information about tenders

Number of tenders received: 47

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

V.2.3) Name and address of the contractor

Mastek UK Ltd

2731277

Pennant House, 2 Napier Court, Napier Road

Reading

RG1 8BW

UK

NUTS: UK

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 800 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section V: Award of contract

Contract No: RM6221

Title: Digital Capability for Health

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

04/01/2021

V.2.2) Information about tenders

Number of tenders received: 47

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

V.2.3) Name and address of the contractor

Netcompany UK Ltd

08568559

Northburgh House, 10 Northburgh Street

London

EC1V 0AT

UK

NUTS: UK

The contractor is an SME: Yes

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 800 000 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section VI: Complementary information

VI.3) Additional information

The value provided in section II.1.7) is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/a9899b08-d48d-46e1-89fa-09886c9c311f

1) Redacted Commercial Agreement;

2) List of Successful Suppliers;

3) Customer list

On 2 April 2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through the Cabinet Office

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: www.crowncommercial.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Crown Commercial Services

The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

18/02/2021

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.