Section one: Contracting authority
one.1) Name and addresses
Department for the Economy
Netherleigh House, Massey Avenue
BELFAST
BT4 2JP
Contact
SSDAdmin.CPDfinance-ni.gov.uk
SSDAdmin.CPD@finance-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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DfE - Organisational Development and Transformation Programme
Reference number
ID 3540052
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.1.4) Short description
The Department for the Economy requires the provision of management consultancy and other professional services, across a range of management and subject specific disciplines to support delivery of its Organsiational Development and Transformation Programme. The purpose of engaging professional services is primarily to inform, facilitate and support the comprehensive work programme that will be delivered over a 3-5 year period. Specifically, the professional services provider will provide the additional capacity and specialist expertise necessary to deliver the desired organisational transformation. The Department intends to appoint a single Contractor to deliver all of the service requirements.
two.1.5) Estimated total value
Value excluding VAT: £6,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411100 - Business development consultancy services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
The Department for the Economy requires the provision of management consultancy and other professional services, across a range of management and subject specific disciplines to support delivery of its Organsiational Development and Transformation Programme. The purpose of engaging professional services is primarily to inform, facilitate and support the comprehensive work programme that will be delivered over a 3-5 year period. Specifically, the professional services provider will provide the additional capacity and specialist expertise necessary to deliver the desired organisational transformation. The Department intends to appoint a single Contractor to deliver all of the service requirements.
two.2.5) Award criteria
Quality criterion - Name: AC1 Proposed Methodology for the Provision of Expert Advice, Design and Implementation / Weighting: 32
Quality criterion - Name: AC2 Proposed Methodology for Systems Project Support Function / Weighting: 8
Quality criterion - Name: AC3 Proposed Methodology for Provision of a Communication and Engagement Service / Weighting: 8
Quality criterion - Name: AC4 Proposed Team Experience / Weighting: 28
Quality criterion - Name: AC5 Contract Management / Weighting: 4
Cost criterion - Name: AC6 Rate Card for AC1 / Weighting: 10
Cost criterion - Name: AC7 Rate Card for AC3 / Weighting: 6
Cost criterion - Name: AC8 Fixed Price for AC2 / Weighting: 4
two.2.6) Estimated value
Value excluding VAT: £6,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After the initial contract period, there are 2 options to extend for up to 1 year each.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
List and brief description of selection criteria
SC1 Company Experience in Expert Advice and Guidance on Organisational Development Programme Development and Management; SC2 Company Experience in Systems Support; SC3 Company Experience in Communication and Engagement Service; and SC4 Company Experience in Strategic People Focused Interventions.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Client will monitor the Contractor’s performance against the specified KPIs and as. detailed in the Commercial Conditions of Contract Schedule 3 Contract Management/Monitoring Schedule.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
13 August 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 11 November 2021
four.2.7) Conditions for opening of tenders
Date
13 August 2021
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Contract Monitoring. The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 - Contract Management - Procedures and Principles). Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and this Contract may be terminated. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement expertise on behalf of bodies covered by the Northern Ireland Procurement Policy.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement.
As above
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.