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 Notice

Intelligent Automation

  • First published: 22 July 2021
  • Last modified: 22 July 2021
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
NHS Shared Business Services
Authority ID:
AA78032
Publication date:
22 July 2021
Deadline date:
25 August 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Lot allows Approved Organisations to procure Intelligent Automation Services from Consultancy and

Implementation to on-going Support. This lot is designed for Approved Organisations who require the expertise and

specialised support from Intelligent Automation service providers in setting up and implementing an in-house

Intelligent Automation service for their organisation, with the end goal being to transfer the day to day running of

Intelligent Automation back to the Approved Organisation. It is expected that Approved Organisations will procure

such services and solutions on a project by project/requirement by requirement basis.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Shared Business Services

05280446

Halyard Court, 31 Broadway, The Quays

M50 2UW

Salford Quays

UK

Contact person: Carolyn Lawton

Telephone: +44 07713079141

E-mail: carolyn.lawton1@nhs.net

NUTS: UK

Internet address(es)

Main address: https://www.sbs.nhs.uk/

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/39

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://uk.eu-supply.com/ctm/Supplier/Documents/Folder/30400


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/ctm/Supplier/Notice/26660


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Joint Venture between the Department of Health and Sopra Steria

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Intelligent Automation

Reference number: SBS10137

II.1.2) Main CPV code

48920000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

NHS SBS are looking to implement a framework that allows NHS organisations and other public sector bodies to purchase Intelligent Automation. The Intelligent Automation Framework intends to provide a contractual vehicle to support the adoption, implementation and on-going development of Intelligent Automation across Approved Organisations, offering access to services and software that will address a wide range of Intelligent Automation solutions. Intelligent Automation (IA) is a developing technology due to its capacity to increase efficiency, reduce costs, and improve quality.

II.1.5) Estimated total value

Value excluding VAT: 250 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 2a

II.2.1) Title

Intelligent Automation Software & Licensing

II.2.2) Additional CPV code(s)

48920000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot allows Approved Organisations to procure ‘off the shelf’ Intelligent Automation Software and Licensing

direct from software vendor Contractors. This lot is designed for Approved Organisations who have an already

established or are building their own in-house Intelligent Automation function but require a compliant contractual

route to purchasing further Intelligent Automation software, solutions and licenses.

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: No

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

Lot No: 2b

II.2.1) Title

Add-on Software & Licensing to Intelligent Automation

II.2.2) Additional CPV code(s)

48000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Under this lot, Contractors can supply the below Add-on software, licenses and solutions which

interoperate within an Intelligent Automation ecosystem direct to Approved Organisations along with

any associated professional support services

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: No

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

Lot No: 1

II.2.1) Title

Intelligent Automation Services

II.2.2) Additional CPV code(s)

72212920

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW

II.2.4) Description of the procurement

This Lot allows Approved Organisations to procure Intelligent Automation Services from Consultancy and

Implementation to on-going Support. This lot is designed for Approved Organisations who require the expertise and

specialised support from Intelligent Automation service providers in setting up and implementing an in-house

Intelligent Automation service for their organisation, with the end goal being to transfer the day to day running of

Intelligent Automation back to the Approved Organisation. It is expected that Approved Organisations will procure

such services and solutions on a project by project/requirement by requirement basis.

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: No

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

Lot No: 3

II.2.1) Title

Intelligent Automation as a Service (IAaaS)

II.2.2) Additional CPV code(s)

72000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Intelligent Automation as a Service (IAaaS) is an outcome based, Managed Service solution whereby Approved

Organisations can fully outsource their Intelligent Automation requirements to a third-party service provider. This lot

is designed to make Intelligent Automation more accessible to Approved Organisations by allowing them to procure

on an entirely outcome based/service consumption based, fixed price-per-process operating and commercial

subscription model. It is designed for Approved Organisations who want to completely outsource the day to day

running of an Intelligent Automation service and solution due to barriers to entry into this area such as funding and

lack of internal expertise. This lot may also include ‘Centre of Excellence as a service’.

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: No

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

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:

Please refer to Procurement Documents

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

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 60

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:

2021/S 000-002624

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 25/08/2021

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: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 25/08/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

 The duration referenced in Section II.2.7 is for the placing of orders.

The value provided in Section II.1.5 is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.

The Framework will be for the benefit, and on behalf, of public sector bodies, details of such bodies can be accessed at: https://www.sbs.nhs.uk/proc-framework-agreements-support

In addition, if provided for in the contract documents, NHS SBS may extend the scope and benefit of the Framework Agreement to private sector bodies, subject to the approval of NHS SBS. Whilst NHS SBS is not required by procurement legislation to do so, it has extended the principles of public procurement rules to provide its private sector customers with the best value and open and transparent procurement procedures.

The envisaged maximum number of participants to the framework agreement, stated in IV.1.3 is an estimate and is subject to change

VI.4) Procedures for review

VI.4.1) Review body

NHS Shared Business Services

Halyard Court, 31 Broadway, The Quays

Salford

M50

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHSSBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.

VI.5) Date of dispatch of this notice

20/07/2021

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72212920 Office automation software development services Programming services of application software
48920000 Office automation software package Miscellaneous software package and computer systems
48000000 Software package and information systems 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:
carolyn.lawton1@nhs.net
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.