Contract

IT Services Support

  • Health Innovation North East and North Cumbria

F03: Contract award notice

Notice identifier: 2025/S 000-002256

Procurement identifier (OCID): ocds-h6vhtk-03cfc6

Published 22 January 2025, 3:51pm



Section one: Contracting authority

one.1) Name and addresses

Health Innovation North East and North Cumbria

Suite A, 2nd Floor, 1 Citygate Gallowgate

Newcastle-upon-Tyne

NE1 4WH

Email

BusinessDevelopment@healthinnovationnenc.org.uk

Telephone

+44 1916076350

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://healthinnovationnenc.org.uk/

Buyer's address

https://healthinnovationnenc.org.uk/

one.4) Type of the contracting authority

Other type

Company Limited by Guarantee

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

IT Services Support

Reference number

DN752143

two.1.2) Main CPV code

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

two.1.3) Type of contract

Services

two.1.4) Short description

The requirement is for the Supplier to provide a fully managed IT support service to enable Health Innovation Network NENC (referred to as 'HINENC') to deliver its core business services. The current support contract comes to an end on the 1st February 2025 and services approximately 80 users / devices during office hours Monday to Friday.

Objectives

The supplier will provide seamless transition of IT support from the current incumbent, ensuring that there is minimal disruption to HINENC business operations.

Once the initial transfer is complete, the supplier will deliver HINENC with a fully managed IT support service focussing on the following:

Improved Service Delivery: Assist HINENC to ensure timely and effective delivery of HINENC's core business services, facilitating IT-enabled improvements.

Optimised Resource Management: Efficiently manage HINENC resources to reduce operational costs.

Strong Compliance and Security: Adhere to all relevant regulations and standards, with industry-leading protection of the HINENC's IT configuration and information assets.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £20,700 / Highest offer: £62,100 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Objectives

The supplier will provide seamless transition of IT support from the current incumbent, ensuring that there is minimal disruption to HINENC business operations.

Once the initial transfer is complete, the supplier will deliver HINENC with a fully managed IT support service focussing on the following:

Improved Service Delivery: Assist HINENC to ensure timely and effective delivery of HINENC's core business services, facilitating IT-enabled improvements.

Optimised Resource Management: Efficiently manage HINENC resources to reduce operational costs.

Strong Compliance and Security: Adhere to all relevant regulations and standards, with industry-leading protection of the HINENC's IT configuration and information assets.

Performance Metrics

It is expected that the Supplier will report their own performance against a set of standards so that service delivery is regularly monitored and assessed.

Service Level Agreements (SLAs): Work with clearly defined SLAs for response times, resolution times, and service availability, the Supplier must provide details of their proposed target levels.

Key Performance Indicators (KPIs): Track metrics such as customer satisfaction, service uptime, etc.

Regular Reporting: Provide HINENC with regular updates on performance against KPIs / SLAs to identify opportunities for improvement.

Governance

It is expected that the Supplier will implement documented arrangements to govern the following aspects of service delivery:

Change Management: Ensure that any change is well planned and managed and that lessons are learnt.

Risk Management: Anticipate and mitigate risks associated with service delivery.

Audit and Review: Perform regular audits and reviews to ensure that areas for improvement are continuously identified.

Problem Management: Identify problems quickly and implement solutions.

Minimum Standards

Essential:

Certification to Cyber Essentials Plus.

Desirable:

ISO 27001 (Information Security Management System) certification.

ISO 14001 (Environmental Management) certification.

two.2.5) Award criteria

Quality criterion - Name: Technical/Quality / Weighting: 70

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 20

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-015073


Section five. Award of contract

Contract No

DN752143

Lot No

5

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 January 2025

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Synergi Software Ltd

2 Staithes, The Watermark

Gateshead

NE11 9SN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £20,700 / Highest offer: £62,100 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Health Innovation NENC

Newcastle upon Tyne

Country

United Kingdom