HSCN Procurement is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Health and Social Care Network Peering Exchange Services |
Notice type: | Contract Notice |
Authority: | HSCN Procurement |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | NHS Digital has been tasked with delivering a Health and Social Care Network (HSCN) programme which will provide a new and significantly different networking arrangements for health and social care as part of its remit to provide successor services to the current NHS N3 network on behalf of the Secretary of State for Health. The HSCN will replace the current single-supplier N3 network with disaggregated and competitive multi-supplier marketplace for network services. The HSCN will create the effect of a single network across Heath and Social Care providers and their partners. The HSCN Peering Exchange Services will be a key supply chain component and will facilitate 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 VI.3 below. |
Published: | 20/10/2016 16:58 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Secretary of State for Health
C/O 1 Trevelyan Square, Boar Lane, Leeds, LS1 6AE, United Kingdom
Email: hscnproc@nhs.net
Contact: Paul Lucas
Main Address: http://digital.nhs.uk, Address of the buyer profile: https://www.delta-esourcing.com/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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: https://www.delta-esourcing.com/
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
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Health and Social Care Network Peering Exchange Services
Reference Number: HCON00068c
II.1.2) Main CPV Code:
64221000 - Interconnection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: NHS Digital has been tasked with delivering a Health and Social Care Network (HSCN) programme which will provide a new and significantly different networking arrangements for health and social care as part of its remit to provide successor services to the current NHS N3 network on behalf of the Secretary of State for Health. The HSCN will replace the current single-supplier N3 network with disaggregated and competitive multi-supplier marketplace for network services. The HSCN will create the effect of a single network across Heath and Social Care providers and their partners. The HSCN Peering Exchange Services will be a key supply chain component and will facilitate 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 VI.3 below.
II.1.5) Estimated total value:
Value excluding VAT: 18,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
32400000 - Networks.
48200000 - Networking, Internet and intranet software package.
50312300 - Maintenance and repair of data network equipment.
51300000 - Installation services of communications equipment.
51611100 - Hardware installation services.
72250000 - System and support services.
72315000 - Data network management and support services.
72315100 - Data network support services.
72315200 - Data network management services.
72500000 - Computer-related services.
72700000 - Computer network services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The procurement seeks to secure a hosted network peering exchange solution and the management of the same. More detail is provided in the ITT and associated contract documentation. Please log in to www.delta-esourcing.com and go to response manager and enter the access code 4ND372T78R for full description. Please note if you are not registered on Delta eSourcing, you must register and log in before you can access the details.
The services will initially be utilised by bodies providing health and social care in England, but may also be used by wider public sector bodies in the future, including any health and social care body in England or 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 VI.3 below. The maximum value of the contract reflects the Contracting Authority's best estimate, subject to the potential utilisation by other government departments which cannot be predicted accurately at this time.
In order to facilitate the contracting authority in the organisation of workshops and logistics, potential suppliers are requested to provide expressions of interest in the procurement via the delta e-sourcing tool as soon as is practicable. In order to participate in the entirety of the pre-tender submission engagement potential suppliers are recommended to submit expressions of interest by 12 noon (UK time) on 28 October 2016.
The contracting authority will hold the first workshop with potential suppliers on 31 October 2016, from 12:30pm to 16:30pm (UK time) at DLAP Offices, Prince’s Exchange, Leeds, LS1 4HY.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Full details on the evaluation methodology and the evaluation model are provided in the procurement documentation which will be made available at https://www.delta-esourcing.com/respond/4ND372T78R.
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: 2016/S 176 - 315973
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 05/12/2016 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 05/12/2016
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, 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 — September 2016’ spreadsheet found at:
https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide (updated from time to time)
Entities which are not public sector bodies may also use the Framework Agreements 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 more public 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 all Services 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 interest, not having an industrial or commercial character, and
(i) financed wholly or mainly by another Contracting Authority listed above in section VI.3) of this notice;
(ii) subject to management supervision by another Contracting Authority listed above in section VI.3) of this notice; or
(iii) an association of or formed by one (1) more of the Contracting Authorities (listed above in section VI.3 of this notice)
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
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 contract 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.
Further information on transparency can be found at: http://www.cabinetoffice.gov.uk/content/transparency-overview.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Interconnection-services./4ND372T78R
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4ND372T78R
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
London, WCZA 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Public Contracts Regulations 2015 (SI 2015 No.102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (general within three months). Where a contract has been entered into the Court may, depending on the circumstances, award damages, order the Contracting Authority to pay a fine, and/or order that the duration of the contract be shortened.
Further information on transparency can be found at: http://www.cabinetoffice.gov.uk/content/transparency-overview.
The services secured under this procurement may be provided for the benefit of a range of service recipients / beneficiaries, including (without limitation) any HSCN consumer entities who have entered into a Connection Agreement with the Contracting Authority in respect of the HSCN services, together with any other 'Service Recipients' identified in any Call-Off Agreement (in accordance with and subject to the terms of the Framework Agreement).
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 20/10/2016
Annex A