Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
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-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"
}