Voluntary ex ante transparency notice
Directive 2014/24/EU
Section I: Contracting
entity
I.1) Name and addresses
Digital Health and Care Wales ("DHCW")
Ty Glan Yr Afon, 21 Cowbridge Road East
Cardiff
CF11 9AD
UK
E-mail: laura.panes@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://nwssp.nhs.wales/ourservices/procurement-services/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
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
Specialist Resources required to support Covid Vaccine Booking System and Child Health System
Reference number: P738
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority requires external specialist resources to complete the implementation of the Oracle platform upgrade, which both the Covid Vaccine Booking System and Child Health System are built upon. Upgrading to a supported version is both critical and mandatory and must be completed before the current version becomes end of life on 31st March 2022.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
400 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
72000000
72212610
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Across NHS Wales
II.2.4) Description of the procurement
The Authority has identified that Oracle support on the existing Oracle platform, which the Covid Vaccine booking system and the Child Health system, which registers and schedules immunisations, are built upon, becomes end of life on 31st March 2022. Upgrading to a supported version of the Oracle Platform which is the underpinning technology is both critical and mandatory to ensure that the vaccination programme is able to operate and take on the new challenges ahead.
As internal resources have been diverted to support the Covid-19 Vaccine requirements it has been agreed at an executive level that the upgrade and associated packages of work to support the vaccine programme need to be sourced and delivered from a third-party supplier.
II.2.5) Award criteria
Criteria below:
Quality criterion: Conformance to the Specification
/ Weighting: Pass/Fail
Price
/ Weighting:
100
II.2.11) Information about options
Options:
Yes
Description of options:
Additional work-packages may be called off as and when required but will be subject to Authority approval. The expenditure against this contract will be robustly managed and a close working relationship with the stakeholders will be developed to ensure that the call offs under this Contract are minimised.
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation:
The Authority uses Oracle to deliver a number of its critical systems such as the Covid Vaccine booking system and the Child Health system, which registers and schedules immunisations. The Oracle upgrade required as part of the initial work-package is urgent and needs to be completed by 22nd March 2022. The Authority does not currently have the internal Oracle knowledge and expertise to deliver this requirement and as a result it was agreed that to ensure the upgrade was delivered at pace and within the necessary timescales, a the third-party provider would be engaged to provide their specialist Oracle resources. The utilisation of a third-party also enables the DHCW Team to continue working on other critical projects, such as Covid Vaccine developments. The third party supplier will provide the planning and management of the upgrade implementation and will deploy a team to deliver this activity and future activity, as opposed to the provision of a technical resource only. This gives the Authority greater flexibility and continuity to manage ongoing resource constraints. These resources are essential to support the delivery of the urgent Oracle upgrade required.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract/concession
Contract No: P738
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
03/01/2022
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
TPXimpact Ltd
Runway East (Second Floor), 20 St Thomas Street
London
SE1 9RG
UK
E-mail: simon.wakeman@tpximpact.com
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the concession and main financing terms (excluding VAT)
Total value of the concession/lot:
400 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The total contract value, including extension options will not exceed 400,000 ex VAT. There is no commitment to spend up to this maximum value as the approach is to call off work-packages as and when required. The flexibility to call off additional support is required in the event of any issues arising during the current, critical work. The additional skill and capacity can then be called-off efficiently as and when required and applied to the DHCW Data team.
(WA Ref:118033)
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
02/02/2022