Tender

Provision and Support of MHRA Regulatory Systems

MHRA BUYER ORGANISATION

This public procurement record has 1 release in its history.

Tender

27 Jan 2021 at 19:03

Summary of the contracting process

The Medicines and Healthcare Products Regulatory Agency (MHRA) is conducting a tender for the "Provision and Support of MHRA Regulatory Systems." This procurement falls under the IT services category and is based in London, United Kingdom. Currently in the tender stage, the deadline for submissions is set for 26th February 2021. The total contract value ranges from a minimum of £36 million to a maximum of £72 million, and the selected contract is expected to begin on 26th July 2021, lasting until 25th July 2026. The procurement method is competitive dialogue, which provides an interactive approach to ensure proposals meet the MHRA's complex requirements.

This tender presents an excellent opportunity for businesses that specialise in IT services, particularly those offering consulting, software development, and support services. Companies with experience in transitioning IT systems or developing regulatory management systems will find this project particularly relevant. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are encouraged to apply, as the procurement strategy is inclusive of various business sizes. Engaging in this project could significantly enhance a business's portfolio and open avenues for future collaborations with the MHRA and other public sector clients.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision and Support of MHRA Regulatory Systems

Notice Description

The Agency operates a complex suite of IT systems in support of its functions. Support for, and further development of, this suite is provided by a number of incumbent suppliers, with the largest service currently provided under a contracted service known as the Current Applications Outsource (AO) Service. The Current AO Contract is coming to an end, and the Agency is now seeking to award a new contract for Successor AO Service to continue support for these systems. This will be contracted immediately as part of this Procurement Exercise, along with the work to transition as swiftly as possible from the Current AO Service to the Successor AO Service. The Agency may require the continued development of the Successor AO Service from both a functional and technical perspective. The Agency is also embarking on the development of a completely new suite of systems which will replace the Current application Outsource. These new systems are collectively known as the Regulatory Management System (RMS). At this stage, the requirements for RMS are evolving along with the Agency's business requirements. During the Procurement Exercise, aspects of this may be worked up in outline. However such elements, along with the related work to transition from AO to RMS, is an optional package of services which will be fully worked up with the Successful Bidder in accordance with the terms of the Contract if the Agency decides to proceed with commissioning the RMS and subject to agreement between the parties as and when the requirement becomes sufficiently stable post-procurement. Please see 'additional text' for further information. Additional information: Continued from section 3 'description' a. Package 1 Services: transition to and operational support for Successor AO Service Procured based on detailed requirements and fully priced and evaluated proposals. This is a committed package of services to be delivered as soon as possible; b. Package 2 Services Option: the further development of AO, and the development of RMS Procured based on detailed requirements and fully priced and evaluated proposals, ordered at the Agency's sole discretion at any time after contract award. An example of this is the provision of a fixed size of software development as defined in the ITPD, for Successor AO or for RMS. The terms of the Contract will set out how such a draw down procedure will operate and Applicants should note there is no guarantee the Package 2 Services will be ordered; c. Package 3 Services Option: transition from AO to RMS, operational support for RMS Procured based on partially elaborated requirements, and indicatively capped-priced evaluated proposals, ordered at the Agency's sole discretion at any time after contract award. Such orders would require further elaboration of the requirements and confirmation of detailed proposals and pricing. An example of this may be a capped price for RMS operational support, a capped price for transition from Successor AO to RMS. The terms of the Contract will set out how such a draw down procedure will operate and Applicants should note there is no guarantee the Package 2 Services will be ordered. d. Package 4 Services Option: other development and support services This is where requirements would be elaborated at the time of ordering, after contract award, with a fully priced response provided at that time, all under contract change control. ======== This procurement is not currently covered by the GPA, however the UK will ascend to full membership during the life of this procurement therefore the award will be covered by the GPA. ======== Please note: there is an Applicant briefing day w/c 1st February 2021 ======== Applicants are advised to read this Contracts Finders notice along side the Find a Tender Service Notice for further information. ======== Please see Info Pack for additional information: Award criteria - Section 6 Description of renewals - Section 2 Economic and financial standing - Section 6 Technical and professional ability - Section 6

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-0ebe00ad-b61a-41ad-90bb-a8244bf04b39
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/26164bc8-5034-4ea7-afbf-275f2df1f33a
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive dialogue (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£72,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Jan 20215 years ago
Submission Deadline
26 Feb 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
25 Jul 2021 - 25 Jul 2026 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MHRA BUYER ORGANISATION
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
E14 4PU
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI42 Tower Hamlets
Delivery Location
TLI London

Local Authority
Tower Hamlets
Electoral Ward
Canary Wharf
Westminster Constituency
Poplar and Limehouse

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-0ebe00ad-b61a-41ad-90bb-a8244bf04b39-2021-01-27T19:03:36Z",
    "date": "2021-01-27T19:03:36Z",
    "ocid": "ocds-b5fd17-0ebe00ad-b61a-41ad-90bb-a8244bf04b39",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_245638/918209",
        "title": "Provision and Support of MHRA Regulatory Systems",
        "description": "The Agency operates a complex suite of IT systems in support of its functions. Support for, and further development of, this suite is provided by a number of incumbent suppliers, with the largest service currently provided under a contracted service known as the Current Applications Outsource (AO) Service. The Current AO Contract is coming to an end, and the Agency is now seeking to award a new contract for Successor AO Service to continue support for these systems. This will be contracted immediately as part of this Procurement Exercise, along with the work to transition as swiftly as possible from the Current AO Service to the Successor AO Service. The Agency may require the continued development of the Successor AO Service from both a functional and technical perspective. The Agency is also embarking on the development of a completely new suite of systems which will replace the Current application Outsource. These new systems are collectively known as the Regulatory Management System (RMS). At this stage, the requirements for RMS are evolving along with the Agency's business requirements. During the Procurement Exercise, aspects of this may be worked up in outline. However such elements, along with the related work to transition from AO to RMS, is an optional package of services which will be fully worked up with the Successful Bidder in accordance with the terms of the Contract if the Agency decides to proceed with commissioning the RMS and subject to agreement between the parties as and when the requirement becomes sufficiently stable post-procurement. Please see 'additional text' for further information. Additional information: Continued from section 3 'description' a. Package 1 Services: transition to and operational support for Successor AO Service Procured based on detailed requirements and fully priced and evaluated proposals. This is a committed package of services to be delivered as soon as possible; b. Package 2 Services Option: the further development of AO, and the development of RMS Procured based on detailed requirements and fully priced and evaluated proposals, ordered at the Agency's sole discretion at any time after contract award. An example of this is the provision of a fixed size of software development as defined in the ITPD, for Successor AO or for RMS. The terms of the Contract will set out how such a draw down procedure will operate and Applicants should note there is no guarantee the Package 2 Services will be ordered; c. Package 3 Services Option: transition from AO to RMS, operational support for RMS Procured based on partially elaborated requirements, and indicatively capped-priced evaluated proposals, ordered at the Agency's sole discretion at any time after contract award. Such orders would require further elaboration of the requirements and confirmation of detailed proposals and pricing. An example of this may be a capped price for RMS operational support, a capped price for transition from Successor AO to RMS. The terms of the Contract will set out how such a draw down procedure will operate and Applicants should note there is no guarantee the Package 2 Services will be ordered. d. Package 4 Services Option: other development and support services This is where requirements would be elaborated at the time of ordering, after contract award, with a fully priced response provided at that time, all under contract change control. ======== This procurement is not currently covered by the GPA, however the UK will ascend to full membership during the life of this procurement therefore the award will be covered by the GPA. ======== Please note: there is an Applicant briefing day w/c 1st February 2021 ======== Applicants are advised to read this Contracts Finders notice along side the Find a Tender Service Notice for further information. ======== Please see Info Pack for additional information: Award criteria - Section 6 Description of renewals - Section 2 Economic and financial standing - Section 6 Technical and professional ability - Section 6",
        "datePublished": "2021-01-27T19:03:36Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "E14 4PU"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 36000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 72000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue (above threshold)",
        "tenderPeriod": {
            "endDate": "2021-02-26T16:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2021-07-26T00:00:00+01:00",
            "endDate": "2026-07-25T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/26164bc8-5034-4ea7-afbf-275f2df1f33a",
                "datePublished": "2021-01-27T19:03:36Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-161117",
            "name": "MHRA Buyer Organisation",
            "identifier": {
                "legalName": "MHRA Buyer Organisation"
            },
            "address": {
                "streetAddress": "10 South Colonnade, Canary Wharf, London, E14 4PU",
                "locality": "London",
                "postalCode": "E14 4PU",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Medicines and Healthcare Products Regulatory Agency",
                "email": "Purchasing@mhra.gov.uk"
            },
            "details": {
                "url": "https://mhra.bravosolution.co.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-161117",
        "name": "MHRA Buyer Organisation"
    }
}