Tender

DHSC: Business Continuity Management and Emergency Communication Software

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 1 release in its history.

Planning

20 Jun 2024 at 08:18

Summary of the contracting process

The Department of Health and Social Care has initiated a tender process for the procurement of Business Continuity Management and Emergency Communication Software. The tender falls under the IT services category and has an estimated value of £200,000. The tender deadline for submission is July 26, 2024. The contract period is set to start on September 1, 2024, and end on October 31, 2026. The procurement method is selective, with a restricted procedure in place.

This tender provides an opportunity for IT service providers specializing in consulting, software development, and Internet services to compete for a contract with the Department of Health and Social Care. Businesses proficient in delivering efficient business continuity solutions and emergency communication software are well-suited for this tender. The emphasis on technical quality and social value in the award criteria presents a chance for innovative suppliers to showcase their capabilities and contribute to the public health sector's resilience and emergency response capabilities.

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

DHSC: Business Continuity Management and Emergency Communication Software

Notice Description

The BCMS/EMS software should be able to automate some/all of the business continuity tasks that are currently completed manually within DHSC. This aspect of the platform/software would result in significant resourcing efficiencies. Also, the platform/software should support automation for building capability and training for those with a BC role within DHSC. As well as having an exercising capability for testing BC Plans at various levels where the results can be tracked.

Lot Information

Lot 1

The Business Continuity Management Software and Emergency Messaging System software should ideally be part of the same system/solution. Emergency Messaging should be able to be sent quickly via SMS/email during an incident and have the ability to receive poll responses during an incident. The platform should be able to manage the incident within the software quickly and easily. A conference calling facility should also exist within the platform software to enable IMT/others to be called in/join a call during an incident as required. The platform should have the ability for the collation and reporting of incident management data and this should be at an advanced level. This information should also be available in a dashboard format for easy assimilation by the reader. Upgrades to the platform and its products and or the system are included in the contract at no additional cost to DHSC. Integration with existing DHSC business communications software (MS Teams) and data sets (D365) should be able to be managed via API integration. The platform should be able to reduce resources required for the planning and delivering of Exercises. These exercises should be short simulations and the results should also be readily available in a dashboard format. The exercising element of the platform should also come at no additional cost and be of a high standard and scalable. The platform should be able to reduce the resources required to conduct Business Impact Analyses and automatically produce Business Continuity Plans from these BIA's. This should include the ability of updating of these documents/plans within the platform. The platform should be able to support the incident response processes and reduce administration costs for Business Continuity practitioners. The platform/software should support automation for building capability and have a suite of training available for those with a BC role within DHSC. The platform should be able to identify associated risks linked to key systems and processes (interdependencies) across business areas and to highlight these in a timely manner for remediation (Bowtie methodology). The platform/software should be easy to use, thus reducing the training and development costs. However, there should be initial training provided for frequent (Admin) and non-frequent users of the platform as part of the overall package.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04715b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018991-2024
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
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

72260000 - Software-related services

Notice Value(s)

Tender Value
£200,000 £100K-£500K
Lots Value
£200,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jun 20241 years ago
Submission Deadline
26 Jul 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Aug 2024 - 31 Oct 2026 2-3 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF HEALTH AND SOCIAL CARE
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
SW1H 0EU
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-h6vhtk-04715b-2024-06-20T09:18:25+01:00",
    "date": "2024-06-20T09:18:25+01:00",
    "ocid": "ocds-h6vhtk-04715b",
    "initiationType": "tender",
    "tender": {
        "id": "C292342",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DHSC: Business Continuity Management and Emergency Communication Software",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "The BCMS/EMS software should be able to automate some/all of the business continuity tasks that are currently completed manually within DHSC. This aspect of the platform/software would result in significant resourcing efficiencies. Also, the platform/software should support automation for building capability and training for those with a BC role within DHSC. As well as having an exercising capability for testing BC Plans at various levels where the results can be tracked.",
        "value": {
            "amount": 200000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Business Continuity Management Software and Emergency Messaging System software should ideally be part of the same system/solution. Emergency Messaging should be able to be sent quickly via SMS/email during an incident and have the ability to receive poll responses during an incident. The platform should be able to manage the incident within the software quickly and easily. A conference calling facility should also exist within the platform software to enable IMT/others to be called in/join a call during an incident as required. The platform should have the ability for the collation and reporting of incident management data and this should be at an advanced level. This information should also be available in a dashboard format for easy assimilation by the reader. Upgrades to the platform and its products and or the system are included in the contract at no additional cost to DHSC. Integration with existing DHSC business communications software (MS Teams) and data sets (D365) should be able to be managed via API integration. The platform should be able to reduce resources required for the planning and delivering of Exercises. These exercises should be short simulations and the results should also be readily available in a dashboard format. The exercising element of the platform should also come at no additional cost and be of a high standard and scalable. The platform should be able to reduce the resources required to conduct Business Impact Analyses and automatically produce Business Continuity Plans from these BIA's. This should include the ability of updating of these documents/plans within the platform. The platform should be able to support the incident response processes and reduce administration costs for Business Continuity practitioners. The platform/software should support automation for building capability and have a suite of training available for those with a BC role within DHSC. The platform should be able to identify associated risks linked to key systems and processes (interdependencies) across business areas and to highlight these in a timely manner for remediation (Bowtie methodology). The platform/software should be easy to use, thus reducing the training and development costs. However, there should be initial training provided for frequent (Admin) and non-frequent users of the platform as part of the overall package.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2024-09-01T00:00:00+01:00",
                    "endDate": "2026-10-31T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://health-family.force.com/s/Welcome",
        "communication": {
            "atypicalToolUrl": "https://health-family.force.com/s/Welcome"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2024-07-26T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2024-08-15T00:00:00+01:00"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-43",
            "name": "Department of Health and Social Care",
            "identifier": {
                "legalName": "Department of Health and Social Care"
            },
            "address": {
                "streetAddress": "39 Victoria Street",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1H 0EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Emma Hudson",
                "email": "emma.hudson@dhsc.gov.uk",
                "url": "https://health-family.force.com/s/Welcome"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
                "buyerProfile": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1661",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.judiciary.uk/courts-and-tribunals/high-court/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-43",
        "name": "Department of Health and Social Care"
    },
    "language": "en"
}