Section one: Contracting authority/entity
one.1) Name and addresses
Department for Communities formerly the Department for Social Development DSD
Causeway Exchange, 1-7 Bedford Street
BELFAST
BT32 7EG
healthtransformation@communities-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DSD Medical Support Services
Reference number
Project 71
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Further to the VEAT notice issued on 10 July 2020, REF. NO 2020/S 135-333759, DfC shall enter into a Contract Variation of the Medical Support Service Contract with the incumbent supplier following a period of 10 days from the date of publication of this notice in accordance with Regulation 72(1)(c). The Contract Variation provides for an extension of two (2) years from 01.08.2021 - 31.07.2023.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £82,250,208
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 75000000 - Administration, defence and social security services
- 75313000 - Disability benefits
- 75313100 - Temporary disablement benefits
- 75311000 - Sickness benefits
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Continuation of the provision of work capability assessment services in Northern Ireland.
For full details of the nature of the services please see OJEU 2007/S 063-077231.
two.2.5) Award criteria
Quality criterion - Name: Medical personnel / Weighting: 15
Quality criterion - Name: Service quality / Weighting: 25
Quality criterion - Name: Transition and service / Weighting: 10
Quality criterion - Name: IS/IT solutions / Weighting: 10
Quality criterion - Name: Legal and contractual / Weighting: 10
Quality criterion - Name: Properties / Weighting: 5
Cost criterion - Name: Financial / Weighting: 25
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
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
• The procurement falls outside the scope of application of the directive
Explanation:
On 5 March 2020, DWP published a PIN signalling its intent to re-procure its Health and Disability Assessment Services contract for the provision of Work Capability Assessment services in England, Scotland and Wales. The Department for Communities agreed to join the procurement with Northern Ireland constituting a separate Lot. The re-procurement of the HDAS Contract was in accordance with Section 7 of the PCR 2015. However, the Covid-19 pandemic began impacting on the UK, in particular for the Department, impacting both the delivery of health assessment services, and the planned launch of the procurement. The continuation of the provision of services under the current contract over a period of 2 years has become necessary.
Regulation 72(1)(c) PCR allows:
(i) The need for modification has been brought about by circumstances which a “diligent contracting authority” could not have foreseen. Covid-19 is a unique event whose impact could not have been foreseen; and
(ii) The modification does not alter the overall nature of the contract; The services to be provided by the incumbent will remain consistent and there will be no alteration to the overall nature of the Contract, and.
(iii) The modification does not exceed 50 % of the original contract value.
The price to be paid for the extended period of the Contract does not exceed 50 % of the original value of the Contract, and
(iv) DfC will publish a Modification Notice pursuant to Regulation 72(3) of PCR. Please see Section VI.3 for additional information.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2007/S 063-077231
Section five. Award of contract/concession
Contract No
Project 71
Title
DSD Medical Support Services
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
31 December 2010
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Atos Origin IT Services Ltd
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £19,997,162
Section six. Complementary information
six.3) Additional information
The impact of Covid-19 on health assessment services has been, and continues to be significant. DfC had to act quickly to implement a number of changes to service delivery, both to ensure the health and wellbeing of the public, its own employees and health assessment provider staff, and in response to the effect of the pandemic on the capacity of DfC and its assessment provider to deliver health assessment services. These changes included the temporary suspension of face to face assessments, and the introduction of telephony based assessments. The changes implemented to date, combined with the effect of two waves of the pandemic in the past year and the potential impacts of an impending third wave and possible further waves continue to be challenges to DfC’s efforts to stabilise the service in advance of any procurement. Given that Work Capability Assessments (WCA) undertaken as part of the Contract Services support critical statutory welfare benefits catering for vulnerable people, a gap in service provision is not an option. DfC has therefore concluded that extending the existing MSS Contract for up to 2 years is the best option for:. (i) stabilising Work Capability Assessment services,. (ii) ensuring a continuous service for these complex and vitally important services, which support delivery of statutory welfare benefits to vulnerable claimants each year and. (iii) allowing DfC to fully understand and evaluate the impacts of Covid-19 ahead of any future procurements or decisions on service delivery.. DfC will continue to implement steps to secure further efficiencies and service improvements in the way that the existing Contract is currently delivered and in particular throughout the extension period and will monitor performance in order to demonstrate value for money. DfC, partnering with DWP, intends to continue engaging with the market to discuss the future transition of Work Capability Assessment services and the future of health assessments more broadly. DfC will build in periodic reviews (4-6 monthly) to identify whether longer or shorter extensions than 24 months are needed..
six.4) Procedures for review
six.4.1) Review body
Official name: The UK does not have any such bodies with responsibility for appeal/mediation procedures.
Belfast
Country
United Kingdom