Hysbysiad tryloywder gwirfoddol ymlaen llaw
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Public Health England
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
UK
Ffôn: +44 2076548000
E-bost: tenders@phe.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.uk/government/organisation/public-health-england
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Healthcare Acquired Infections (HCAI) Data Capture System Support and Maintenance
II.1.2) Prif god CPV
72000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Public Health England (PHE) is planning to award CGI a renewal contract for the Healthcare Acquired Infection Data Capture System (HCAI DCS). CGI will provide application support, service management and development and maintenance of the HCAI System for a period of 3 years.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 692 434.00 GBP
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
The requirement covers the support and maintenance of the HCAI DCS system and CGI have been providing uninterrupted application support and maintenance services for the HCAI DCS system since 2015. HCAI DCS captures data from private and NHS health providers on positive cases of HCAI. PHE are currently seeing coinfection of HCAI patients with COVID-19 and anticipate increases in the traditional HCAI pathogens following the COVID-19 response. The HCAI DCS is key to tracking and providing additional epidemiological information on these infections. National statistics on key HCAI are generated from the data the HCAI DCS collects and these statistics are used by NHSE to generate and monitor performance indicators for NHS trusts.
Delivering the change requests requires detailed understanding of the complex IT architecture, as one small change in one component could have significant impact on other parts of the system. As a result, the chosen supplier must have vast experience and knowledge of the HCAI DCS System to maintain a stable and safe environment. There is a high probability that there will be a need to make changes to the system in the near-term, either in how data is automatically processed or in data structure, to further support the COVID-19 incident, and these changes will need to be delivered quickly. Changing the supplier of system support and development would put delivery of timely changes at risk as a detailed knowledge transfer process would need to be undertaken before changes could be made. This would also put undue pressure on the PHE team that manage the system on a daily basis as they would be required to be involved in both the knowledge transfer and in closely overseeing the change request process, putting Covid-19 response and business as usual activities at risk.
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Y weithdrefn a negodwyd heb gyhoeddiad ymlaen llaw
Cyfiawnhau'r weithdrefn ddyfarnu a ddewiswyd:
Dim tendrau neu ddim tendrau/ceisiadau i gymryd rhan addas mewn ymateb i weithdrefn gyfyngedig
Esboniad:
PHE believe the direct award without publishing prior notification falls under Reg. 72.1.(b) of PCR Stating that “for additional works, services or supplies by the original contractor that have become necessary and were not included in the initial procurement, where a change of contractor—
(i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement.
PHE believes moving ahead with a like-for-like replacement of the current system at this time due to various technical reasons and because of the late stage in the product lifecycle of the application, supporting the use of Reg 72 on both economic and technical grounds. PHE want to avoid potentially significant and duplicate costs implications, outlined under Reg 72, by having a clear forward strategy regarding the HCAI DCS System. This is yet to be determined and is likely to take at least 12 months for the pre-discovery work alone to be carried out. There are also human resource and capacity constraints within the business and ICT due to Covid-19 which would cause significant inconvenience, in compliance of Reg 72.
Similarly, the proposed 3-year contract extension takes in account the business disruption of Covid-19, which drives the timeline to implement a new cost-effective IT system, using the GDS Playbook methodology. Therefore, Reg 72 applies as it would be significantly inconvenient to PHE as the Authority to proceed with a shorter contract duration and re-procurement exercise under the current circumstances.
Please contact Anwar.hossain@phe.gov.uk, if you have any queries relating to this notice.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
Section V: Dyfarnu contract/consesiwn
Rhif Contract: TBA
Teitl: Healthcare Acquired Infections (HCAI) Data Capture System Support and Maintenance
V.2 Dyfarnu contract/consesiwn
V.2.1) Y dyddiad y daeth y contract i ben/consesiwn
30/07/2020
V.2.2) Gwybodaeth am dendrau
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
CGI IT UK LIMITED
20 Fenchurch Street, 14th Floor
London
EC3M 3BY
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y consesiwn a’r prif delerau cyllido (heb gynnwys TAW)
Cyfanswm gwerth y consesiwn/lot: 692 434.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Mae’n debygol y /consesiwn caiff y contract ei is-gontractio
Section VI: Gwybodaeth ategol
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Public Health England
133-155 Waterloo Road
London
SE1 8UG
UK
VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
Public Health England
133-155 Waterloo Road
London
SE1 8UG
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
01/08/2020