Website Support Tender
NHS inform wishes to procure IT support for the development and maintenance of NHS inform.
United Kingdom-Glasgow: IT services: consulting, software development, Internet and support
2017/S 140-287890
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Caledonia House, 140 Fifty Pitches Road
Glasgow
G51 4ED
United Kingdom
Telephone: +44 1413374501
E-mail: procurement@nhs24.scot.nhs.uk
Fax: +44 1418826764
NUTS code: UKM82Internet address(es):Main address: www.nhs24.com
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00230
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
I.T Support for NHS inform.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
NHS inform wishes to procure IT support for the development and maintenance of NHS inform, Scotland’s national health information online resource.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
NHS inform is Scotland’s national online health information resource and is managed by Health Information Services of NHS 24. The new refreshed website launched in November 2016.
Given the high importance of this website within the national health and care information landscape, it is realised as the single point of contact for users looking for relevant content across this area. In order to achieve this, other national and local websites will be likely be migrated to the NHS inform site in order to reduce the clutter of NHS and Scottish Government related health information sites.
It is essential therefore that NHS inform has a suitable information architecture and content strategy (including meta data modelling) that supports such significant content developments, as well as presents a findable digital asset to the user. Search Engine Optimisation therefore is another important component of this support award to be considered.
NHS 24 is seeking a supplier to work co-productively with them, utilising an agile build methodology (for relevant development components) that will help realise their ambitions for the NHS inform website.
The successful supplier will be responsible for the overall website support, allowing NHS 24 Digital Development staff requested level of access to the source code following agreed management principles prior to signature of any agreement.
Agreed reporting will be presented each calendar month, highlighting the status of relevant tickets / items as well as all necessary detail to allow NHS 24 to effectively manage the support agreement and any allocation of resource.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.2)/4B.1.1
Economic and Financial Standing Bidders will be required to have a minimum ‘general’ yearly turnover of 250 000 GBP for the last 2 years:
III.1.2/4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
III.1.2/4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 2 000 000 GBP
Professional Indemnity Insurance = 5 000 000 GBP.
III.1.3)Technical and professional ability
Contractors should complete the questions in the Technical and Professional Capability section of the ESPD as outlined in the Contract Notice. Marks will be allocated to each statement and response to assist with the evaluation of a contractors capability to deliver NHS 24’s requirement. Total marks available = 100. Contractors must score above 70 % to be considered for the next stage.
4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice: 30 marks
4C.2 Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control:15 marks
4C.3 Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice: 15 marks
4C.4 Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice: 10 marks
4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
Agile practitioner status: 10 marks
4C.6.1 And/Or:
Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:
Azure and Umbraco CMS Certified/Agile Practitioner status: 10 marks
4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice:10 marks
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract: No marks awarded
III.1.3/4D.1a Quality The bidder must have the following: No marks awarded but this is a mandatory requirement
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records.
Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. The bidder’s organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance
Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.
A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.
III.2.2)Contract performance conditions:
These will be outlined in the ITT.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=504983.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:504983)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=504983
VI.4.1)Review body
Caledonia House, 140 Fifty Pitches Road
Glasgow
G51 4ED
United Kingdom
Telephone: +44 1413374501
Fax: +44 1418826764Internet address:www.nhs24.com
VI.5)Date of dispatch of this notice:
Related Posts
Royal Botanic Gardens Website Design Services Contract
Supply Website and Intranet Platform
Student Portal Invitation to Tender
Fully Managed Website Hosting Service Contract