Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3150103503
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierregistration.cabinetoffice.gov.uk/dps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierregistration.cabinetoffice.gov.uk/dps
Tenders or requests to participate must be sent to the abovementioned address
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
Health and Social Care Network (HSCN) Access Services.
Reference number: RM3825
II.1.2) Main CPV code
32400000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Dynamic Purchase System has been established on behalf of UK public sector bodies who have a need for the provision of data access services, to facilitate connectivity to the Health and Social Care Network (HSCN) and additional network services. Non public sector entities may also use the DPS Agreement in order to (i) satisfy contractual obligations to one or more public sector bodies, all of which are entitled to use the DPS on their own account; or (ii) deliver Health and/or Social Care services to benefit the public. Successful bidders will be required to meet the published criteria including HSCN Compliance to be appointed to the DPS. Suppliers will also be asked to confirm whether they are capable of offering Public Services Network (PSN) compliant services, although this is not mandatory.
Suppliers who are successfully appointed to the DPS will be invited to submit tenders by Contracting Bodies through a Call for Competition.
II.1.5) Estimated total value
Value excluding VAT:
500 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
32000000
32400000
32500000
32510000
48510000
48760000
50334400
51300000
64200000
64220000
64227000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Crown Commercial Service (the Authority) has put in place a Dynamic Purchasing System (DPS) for the provision of data access to the Health and Social Care Network compliant with the HSCN Compliance Document Set hosted on https://digital.nhs.uk/health-social-care-network/suppliers This DPS provides Services and associated services from HSCN Compliant suppliers, which are comprised of the Core Component and any Supplementary Component(s). The Core Component must include HSCN Connectivity Services as defined in the HSCN Obligations Framework that forms part of the HSCN Compliance Document Set as available at https://digital.nhs.uk/health-social-care-network/suppliers Continued in III 1.2.
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: 48
This contract is subject to renewal: Yes
Description of renewals:
Customers may enter into a contract with a supplier for a period of their determining which may exceed the RM3825 HSCN DPS Agreement, should this agreement be terminated at any time. The flexibility of the contracting period allows customers (Buyers) to determine appropriate contracting timelines required to enable the supplier to meet customer needs.
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
The duration given in II.2.7) is the duration of the extension period.
This is an extension of [48 months] following the initial period of [78 months].
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Suppliers will be assessed on their response to the selection criteria in their request to participate for a place on the RM3825 – Health and Social Care Network (HSCN) Access Services. The procurement bid pack and registration details can be accessed via the following URL address
https://supplierregistration.cabinetoffice.gov.uk/dps
and clicking on https://supplierregistration.cabinetoffice.gov.uk/download/open?fr=DPS_PROFILE_HSCN
Please read the DPS Needs document first for a full overview of the procurement process and read the instructions carefully. To register for the RM3825 – Health and Social Care Network (HSCN) Access Services please select the ‘Access as a Supplier’ link which can be located at the URL address above. An example of how to register for the DPS platform can be found at the following YouTube generic guide
https://www.youtube.com/watch?v=1gMaIEIqEyY&authuser=0
Please note that to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so. The procurement will be managed electronically via CCS. The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this DPS Agreement. This procurement offering does not guarantee any minimum spend and there will be no form of exclusivity or volume guarantee under this DPS. As part of this contract notice the bid pack and the following documents can be accessed at the link provided below:
1) Contract notice authorised customer list;
2) Rights reserved for CCS DPS Agreement.
3) DPS Bid Pack
4) DPS Contract Notice Transparency Information for Crown Commercial Service Framework Agreement
As part of this contract notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/3f061e5-24b2-4996-80c8-d9fb323aeef8
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.2.2) Contract performance conditions
Suppliers who are successfully appointed to the DPS will be invited to submit tenders by Contracting Bodies through a Call for Competition. These Contracting Bodies may invite all HSCN certified suppliers (meaning all the suppliers on the DPS) or, where services are additionally required to be PSN compliant, HSCN certified suppliers who have confirmed they are capable of offering PSN compliant connectivity services, to bid in accordance with regulation 34 (22). Suppliers must have successfully achieved the published HSCN Compliance to submit a valid tender for evaluation in response to a Call for Competition. It is recommended that suppliers familiarise themselves with HSCN and the compliance process https://digital.nhs.uk/health-social-care-network/suppliers#HSCN
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
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:
2017/S 199-409721
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/05/2028
Local time: 23:59
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
This DPS has been extended for 48 months. The reasoning for this is the requirement for a lawful 48 month extension of the HSCN DPS. This extension will align with the confirmed end date of the NHS peering exchange contract which runs until 2028.
The value provided in Section II.1.5) is only an estimate. The Authority cannot guarantee to suppliers any business through this DPS Agreement. The Authority expressly reserves the right:
(i) not to award any DPS Agreement as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the customer be liable for any costs incurred by the suppliers.
(iii) to make changes to the management charge applicable to this DPS in relation to both the percentage charged and the methodology used.
We consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at the call for competition.
It is the Supplier’s responsibility to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the contract and to act accordingly.
On 2.4.2014 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 should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk 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 must be able 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 Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
VI.5) Date of dispatch of this notice
12/01/2023