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

Health and Social Care Network Peering Exchange Services

  • First published: 05 October 2021
  • Last modified: 05 October 2021

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)

Contents

Summary

OCID:
Published by:
NHS Digital
Authority ID:
AA54446
Publication date:
05 October 2021
Deadline date:
05 November 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The procurement seeks a supplier to provide and manage a hosted network peering exchange solution and the management of the same. More detail is provided in the ITT and associated contract documentation.The services will be utilised by bodies providing health and social care in England, including any other body named or referred to as a 'Service Recipient' under a Call-Off Agreement (as defined in the contract documentation). Further information regarding the bodies entitled to utilise the Framework Agreement is set out at section V1.3) below. The maximum value of the contract reflects the Contracting Authority's best estimate of usage.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Digital

7 & 8 Wellington Place

Leeds

LS1 4AP

UK

E-mail: hscnpeeringexchangeprocurement@nhs.net

NUTS: UKE42

Internet address(es)

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

Address of the buyer profile: https://www.digital.nhs.uk/

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:

http://health.atamis.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://health.atamis.co.uk


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


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

http://health.atamis.co.uk


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

Health and Social Care Network Peering Exchange Services

II.1.2) Main CPV code

64221000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Health and Social Care Network (HSCN) has been in place nationally for over four years. It has created the effect of a single network across Heath and Social Care providers and their partners. The HSCN Peering Exchange Services form a key supply chain component and facilitates independent network interconnection between the disaggregated HSCN network service providers. The HSCN Peering Exchange Services may subsequently be procured by wider public bodies, as described in section V1.3) below.

II.1.5) Estimated total value

Value excluding VAT: 6 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

32400000

48200000

32400000

50312300

51611100

51300000

72250000

72315000

72315200

72315100

72500000

72700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The procurement seeks a supplier to provide and manage a hosted network peering exchange solution and the management of the same. More detail is provided in the ITT and associated contract documentation.The services will be utilised by bodies providing health and social care in England, including any other body named or referred to as a 'Service Recipient' under a Call-Off Agreement (as defined in the contract documentation). Further information regarding the bodies entitled to utilise the Framework Agreement is set out at section V1.3) below. The maximum value of the contract reflects the Contracting Authority's best estimate of usage.

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.1.2) Economic and financial standing

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the procurement documents

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 a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 05/11/2021

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

IV.2.7) Conditions for opening of tenders

Date: 05/11/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Economic operators wishing to be considered for appointment as the single supplier on the framework must submit a completed Tender in compliance with the instructions and within the prescribed deadline as set out in this Contract Notice. Potential suppliers should note the Contracting Authority’s rights to vary or discontinue the procurement process as set out in the procurement documentation. Potential suppliers should note that, in accordance with Government's policies on transparency, the Contracting Authority intends to publish the Invitation to Tender (ITT) documents, and the text of any Contract awarded (to include the Framework Agreement, and any subsequent Call-Off Agreement entered into thereunder), subject to possible redactions at the discretion of the Contracting Authority.The scope of the Peering Exchange Services may be subject to variation throughout its lifetime. Any such change will be subject to full approval and economic operators will be notified of any such planned changes.The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). Any selection of tenderers will be based solely on the criteria set out for the procurement. The Framework Agreement will be accessible for use by all Public Sector bodies including their Arm’s length bodies and agencies; Non-Ministerial Department and Executive Agencies; and the Wider Public Sector (and any future successors to these organisations). As at the publication of this Contract Notice, the latest list of these Contracting Authorities can be found in the Office for National Statistics’ Public Sector Classification Guide’ (see the ‘Central Government’ and ‘Local Government’ worksheets in the ‘Public Sector Classification Guide – August 2021 found at https://www.ons.gov.uk/methodology/classificationsandstandards/economicstatisticsclassifications/introductiontoeconomicstatisticsclassifications.Entities which are not public sector bodies may also use the Framework Agreement if the Contracting Authority is satisfied that such entity is calling off goods or services directly, solely and exclusively in order to satisfy contractual obligations to 1 or morepublic sector bodies or such other entities as may be entitled to receive the benefit of goods or services under the terms of the Framework Agreement (‘End Users’), all of which are entitled to use the Framework Agreements on their own account; and allServices to be called-off by it are to be used directly, solely and exclusively by such End Users; and it will pass the benefit of the Call-Off Contract to such End Users directly in full.This Framework Agreement will also be accessible for use by any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general public interest, not having an industrial or commercial character, and(i) Financed wholly or mainly by another Contracting Authority listed above in this section VI.3) of this notice; (ii) Subject to management supervision by another Contracting Authority listed in this section VI.3) of this notice; or(iii) An association of, or formed by, one (1) or more of the Contracting Authorities (listed above in this section VI.3 of this notice).

VI.4) Procedures for review

VI.4.1) Review body

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

UK

E-mail: InternationalRelationsJudicialOffice@judiciary.uk

Internet address(es)

URL: https://www.judiciary.uk/

VI.5) Date of dispatch of this notice

04/10/2021

Coding

Commodity categories

ID Title Parent category
72700000 Computer network services IT services: consulting, software development, Internet and support
72500000 Computer-related services IT services: consulting, software development, Internet and support
72315000 Data network management and support services Data-processing services
72315200 Data network management services Data network management and support services
72315100 Data network support services Data network management and support services
51611100 Hardware installation services Installation services of computers
51300000 Installation services of communications equipment Installation services (except software)
64221000 Interconnection services Telecommunication services except telephone and data transmission services
50312300 Maintenance and repair of data network equipment Maintenance and repair of computer equipment
48200000 Networking, Internet and intranet software package Software package and information systems
32400000 Networks Radio, television, communication, telecommunication and related equipment
72250000 System and support services Software programming and consultancy 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:
hscnpeeringexchangeprocurement@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.