Opportunity

DfE - Organisational Development and Transformation Programme

  • Department for the Economy

F02: Contract notice

Notice reference: 2021/S 000-015364

Published 5 July 2021, 1:15pm



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

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.economy-ni.gov.uk

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.