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