Notice Information
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
Notice Details
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
Buyer & Supplier
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
-
https://www.contractsfinder.service.gov.uk/Notice/26164bc8-5034-4ea7-afbf-275f2df1f33a
27th January 2021 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
}