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