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