Notice Information
Notice Title
NHS 24 Contact Centre Customer Relationship Management System
Notice Description
The NHS 24 Digital Transformation Programme requires replacement of several of the information technology solutions used to deliver services to patients in Scotland. This award is to appoint a service integrator and software solutions to provide an integrated Contact Centre (CC) and Customer Relationship Management (CRM) solution. These are the two main systems NHS 24 uses to interact directly with people who have urgent medical needs and are essential for us to effectively triage them safely.
Lot Information
Lot 1
NHS 24 required replacement information technology solutions to deliver functionality of IT systems generically known as Contact Centre (CC) and Customer Relationship Management (CRM). NHS 24 has awarded a contract with a suitably qualified supplier to provide integrated CC and CRM systems and related services. This is a contract for 5 years (plus one extension of up to 2 years) for a user friendly integrated system provided as software as service and cloud hosted. The intention is that the solution will be implemented by September 2025. It is important that the contract, solution and supplier support NHS 24 to provide safe digital services that connect the people of Scotland to the care they need. This includes supporting innovation throughout the duration of the contract, so that we offer choice and convenience to people seeking healthcare advice. Our mission is to provide the right care at the right place, 24/7. There are around 2m calls to NHS 24 each year and over 100m page views on the NHS Inform website. Through this contract award there is the opportunity to enhance our digital services with a modern multi-channel approach. High availability, so the people of Scotland can have confidence to reach us, all day every day, and increased flexibility to allow us to respond to the needs of people seeking healthcare advice (for example that IVR options can be changed by NHS 24 to reflect live service pressures or people can interact while on the IVR) are key considerations.
Renewal: The Contact Centre Customer Relationship Management System contract will be for an initial period of 5 years with a subsequent optional extension of 2 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03fb63
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/036965-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
-
- CPV Codes
45100000 - Site preparation work
48000000 - Software package and information systems
48510000 - Communication software package
48517000 - IT software package
48600000 - Database and operating software package
48610000 - Database systems
48613000 - Electronic data management (EDM)
48810000 - Information systems
48811000 - E-mail system
48921000 - Automation system
72000000 - IT services: consulting, software development, Internet and support
72310000 - Data-processing services
72317000 - Data storage services
72416000 - Application service providers
79512000 - Call centre
80500000 - Training services
Notice Value(s)
- Tender Value
- £28,000,000 £10M-£100M
- Lots Value
- £28,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £40,000,000 £10M-£100M
Notice Dates
- Publication Date
- 15 Nov 20241 years ago
- Submission Deadline
- 17 Jan 2024Expired
- Future Notice Date
- 30 Jan 2024Expired
- Award Date
- 11 Oct 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS 24
- Contact Name
- George Futcher, Jim Binnie
- Contact Email
- george.futcher@nhs.scot, jim.binnie@nhs.scot
- Contact Phone
- +44 7798870171
Buyer Location
- Locality
- GLASGOW
- Postcode
- G81 4DY
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM Scotland
-
- Local Authority
- Glasgow City
- Electoral Ward
- Cardonald
- Westminster Constituency
- Paisley and Renfrewshire North
Further Information
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-h6vhtk-03fb63-2024-11-15T10:32:38Z",
"date": "2024-11-15T10:32:38Z",
"ocid": "ocds-h6vhtk-03fb63",
"description": "The estimated value provided in sections II.1.7 and V.2.4 includes the initial 60 month contract period and the optional extension period of up to 24 months, plus the potential to purchase contract catalogue items during the contract. (SC Ref:781989)",
"initiationType": "tender",
"tender": {
"id": "NHS24/2023/755.",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "NHS 24 Contact Centre Customer Relationship Management System",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "The NHS 24 Digital Transformation Programme requires replacement of several of the information technology solutions used to deliver services to patients in Scotland. This award is to appoint a service integrator and software solutions to provide an integrated Contact Centre (CC) and Customer Relationship Management (CRM) solution. These are the two main systems NHS 24 uses to interact directly with people who have urgent medical needs and are essential for us to effectively triage them safely.",
"lots": [
{
"id": "1",
"description": "NHS 24 required replacement information technology solutions to deliver functionality of IT systems generically known as Contact Centre (CC) and Customer Relationship Management (CRM). NHS 24 has awarded a contract with a suitably qualified supplier to provide integrated CC and CRM systems and related services. This is a contract for 5 years (plus one extension of up to 2 years) for a user friendly integrated system provided as software as service and cloud hosted. The intention is that the solution will be implemented by September 2025. It is important that the contract, solution and supplier support NHS 24 to provide safe digital services that connect the people of Scotland to the care they need. This includes supporting innovation throughout the duration of the contract, so that we offer choice and convenience to people seeking healthcare advice. Our mission is to provide the right care at the right place, 24/7. There are around 2m calls to NHS 24 each year and over 100m page views on the NHS Inform website. Through this contract award there is the opportunity to enhance our digital services with a modern multi-channel approach. High availability, so the people of Scotland can have confidence to reach us, all day every day, and increased flexibility to allow us to respond to the needs of people seeking healthcare advice (for example that IVR options can be changed by NHS 24 to reflect live service pressures or people can interact while on the IVR) are key considerations.",
"status": "cancelled",
"value": {
"amount": 28000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The Contact Centre Customer Relationship Management System contract will be for an initial period of 5 years with a subsequent optional extension of 2 years"
},
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"selectionCriteria": {
"description": "Owing to character limitations in the Contract Notice not all criteria and information relating to this procurement can be included in this notice. The Objective and Non-Discriminatory Criteria are set out in full in the SPD Instructions which can be accessed through the website referenced in section I.3. The SPD selection process will be carried out in 3 stages: Stage One: Compliance Check and Exclusion Grounds (Mandatory and Discretionary) (Pass/Fail) - that the Bidder has submitted a complete and compliant SPD response; and whether any of the Bidder's, consortium members and/or reliance entities (if any) are in breach of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of NHS 24, in accordance with Part III of the SPD and Regulation 58 of the Regulations. Stage Two: Selection Criteria - Minimum Requirements (Pass/Fail) - that the Bidder meets the requisite economic and financial standing selection criteria deemed appropriate for the Project set out in Part 4 of the SPD Instructions; and meets the technical and professional ability selection criteria set out in Part 4 of the SPD Instructions. Stage Three: Down Selection: Bidders who pass Stage One and Stage Two will have their SPD response scored in accordance with the Down Selection Criteria. The Down Selection Criteria are set out in Part 4 of the SPD Instructions. The Down Selection Criteria will be applied to all Bidders that pass Stage 1 and Stage 2 to reduce the number of Bidders that are invited to negotiate. It is the intention of NHS 24 that four Bidders achieving the highest scores will be invited to negotiate but in the event of a tie for fourth place, all fourth placed Bidders will be invited to negotiate."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "79512000",
"description": "Call centre"
},
{
"scheme": "CPV",
"id": "48517000",
"description": "IT software package"
},
{
"scheme": "CPV",
"id": "48510000",
"description": "Communication software package"
},
{
"scheme": "CPV",
"id": "48613000",
"description": "Electronic data management (EDM)"
},
{
"scheme": "CPV",
"id": "48610000",
"description": "Database systems"
},
{
"scheme": "CPV",
"id": "48600000",
"description": "Database and operating software package"
},
{
"scheme": "CPV",
"id": "48810000",
"description": "Information systems"
},
{
"scheme": "CPV",
"id": "48811000",
"description": "E-mail system"
},
{
"scheme": "CPV",
"id": "72317000",
"description": "Data storage services"
},
{
"scheme": "CPV",
"id": "72310000",
"description": "Data-processing services"
},
{
"scheme": "CPV",
"id": "72416000",
"description": "Application service providers"
},
{
"scheme": "CPV",
"id": "48921000",
"description": "Automation system"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
},
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Scotland"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2024-01-30T00:00:00Z",
"atypicalToolUrl": "https://www.publiccontractsscotland.gov.uk/Default.aspx"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 28000000,
"currency": "GBP"
},
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Full details can be found in the SPD and the SPD Instructions which can be accessed through the website referenced in section I.3 of this Contract Notice. Bidders should note that Reliance Entities for the purpose of financial and economic standing will be required to enter into a parent company guarantee in the form required by NHS 24.",
"minimum": "(4B1.2) SPD Statement: Bidders will be required to have an average yearly turnover of a minimum of 5 million GBP for the last 3 years. The average yearly turnover of the economic operator in respect of its most recent three full financial years must have been equal to or more than 5 million GBP per annum. Where, for any valid reason, the Bidder does not have 3 years' audited financial statements available, NHS 24 may accept other forms of documentation which it considers acceptable as proof. (4B.4) SPD Statement: Net Assets must be a minimum of 5 Million GBP. Basis of calculation: Net assets shall be calculated as at the date of the most recently published audited financial statements and should be based upon the financial position reflected therein. The calculation of net assets shall be based on tangible net assets only and shall therefore not include intangible assets such as goodwill and intellectual property. Net Current Assets must be a minimum of 1 Million GBP. Basis of calculation: Net current assets shall be calculated as at the date of the most recently published audited financial statements and should be based upon the financial position therein. The calculation shall be based on Current Assets less Current Liabilities. (4B.5) SPD Statement (4B.5.1a) The Bidder must confirm that they have or can commit to obtain the following level of required insurance: Professional Risk Indemnity Insurance with cover (for a single event or series of related events in a single calendar year) for no less than 10 million GBP for a single calendar year. (4B.5.1b) Unless the Bidder's business is exempt, the Bidder must confirm that they have or can commit to obtain the following level of required insurance: Employer's (Compulsory Liability) Insurance with cover for no less than 5 million GBP. If the Bidder's business is exempt, they shall provide the relevant documentation evidencing its exemption. (4B.5.2) The Bidder must confirm that they have or can commit to obtain the following levels of required insurance: - Cyber insurance cover for no less than 10 million GBP (for a single event or series of relates events in a calendar year); - Public liability insurance cover for no less than 10 million GBP (for a single event or series of relates events in a calendar year); - Product liability insurance cover for no less than 10 million GBP; and - Product liability insurance cover that is not less than the sum of 1 million GBP in respect of any one incident. (4B.6) SPD Statement: There are no material post balance sheet events or significant business issues disclosed under 4B.6 giving rise to material concerns that the Bidder possesses the necessary economic and financial capacity to perform the contract.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Full details can be found in the SPD and the SPD Instructions which can be accessed through the website referenced in section I.3 of this Contract Notice. (4C.1.2) For full information on the requirement for 4C.1.2, please refer to the Additional Information/Selection Criteria column and Scoring Matrix/Weighting column of SPD ref. 4C.1.2 within the document titled NHS 24 - SPD Instructions - CRM and CC and section III.1.3 of the Contract Notice. Where the Bidder is relying on the technical experience of a Consortium Member or Reliance Entity to meet the requirements of the Selection Criteria and/or Down Selection Criteria, the experience relied on must be consistent with the Consortium Member's or Reliance Entity's role under this Project. The Selection Criteria and Down Selection Criteria will evaluate Bidders on the basis of: 1. Experience of providing a cloud, SAAS based contract for integrated CRM and CC systems 2. Experience using decision support software within a CRM 3. Experience working with a client to maximise self-management and increase the speed of introduction of changes during a CRM and CC contract, to improve the staff and customer experience 4. Experience of ensuring data and cyber security 5. Experience of training staff on the use of a new CRM and CC system 6. Experience implementing a CRM and CC system and helping a client transition from another system onto a new system 7. Experience of setting up testing and training environments to allow for new system developments to be tried before implementation 8. Experience of reporting from the system both for regular day / week / monthly reporting but also ad hoc interrogations 9. Experience of integration with other CRM and CC systems 10. Experience of working with a client to ensure their front-end CRM user experience maximised a single click ethos and compliance with processes. (4C.4) The Bidder has provided a statement of the relevant supply chain management and/or tracking systems used and confirmed in that statement that: - they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain; - they have the systems in place to pay subcontractors through the supply chain promptly and effectively: and provide evidence of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the Bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director to improve the payment performance. (4C.7) Bidders are required to demonstrate knowledge of the climate emergency and the impact of their organisation, including their organisation's own scope 1 and 2 emissions. Accepted evidence includes but is not limited to: A completed copy of the Bidder 'priority contract' Climate Change Plan Template in Appendix 2, including the bidder's calculated scope 1 and 2 carbon emissions and their planned projects and actions to reduce their carbon emissions. (4C.8.1) The Bidder must provide details of the average annual manpower for the last three years. (4C.8.2) The Bidder must provide details of the number of managerial staff for the last three years. Please separate the number and year separately. (4C.10) The Bidder must provide details of the proportion (i.e. percentage) of the contract that it intends to subcontract.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "The SPD requires Bidders to provide details of Consortium Members (if any) in question 2A.17 (including specifying the lead organisation at 2A.17.1) and any other entities whose capacities they may be relying on to meet the selection criteria or down selection criteria in Parts 4 and/or 5 of the SPD. This may be technical or financial reliance.",
"electronicInvoicingPolicy": "allowed"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"invitationDate": "2024-02-26T00:00:00Z"
},
"tenderPeriod": {
"endDate": "2024-01-17T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 270
}
},
"hasRecurrence": false,
"reviewDetails": "Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts: An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session."
},
"parties": [
{
"id": "GB-FTS-41643",
"name": "NHS 24",
"identifier": {
"legalName": "NHS 24"
},
"address": {
"streetAddress": "Golden Jubilee National Hosp, Agamenmon Street",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G81 4DY",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Jim Binnie",
"email": "jim.binnie@nhs.scot"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.nhs24.com",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00230",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-100278",
"name": "NHS 24",
"identifier": {
"legalName": "NHS 24"
},
"address": {
"streetAddress": "Lumina Building, NHS 24, 40 Ainslie Road, Hillington",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G52 4RU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "George Futcher",
"email": "george.futcher@nhs.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"telephone": "+44 7798870171"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.nhs24.com",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00230",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-2553",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-130473",
"name": "Coforge UK Limited",
"identifier": {
"legalName": "Coforge UK Limited"
},
"address": {
"streetAddress": "5th Floor, 8 Fenchurch Street",
"locality": "London",
"region": "UKI",
"postalCode": "EC3M 4AJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7448236369"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-100278",
"name": "NHS 24"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000752666"
}
],
"language": "en",
"awards": [
{
"id": "036965-2024-NHS242023755-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-130473",
"name": "Coforge UK Limited"
}
]
}
],
"contracts": [
{
"id": "036965-2024-NHS242023755-1",
"awardID": "036965-2024-NHS242023755-1",
"status": "active",
"value": {
"amount": 40000000,
"currency": "GBP"
},
"dateSigned": "2024-10-12T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}