Contract

ID 5047662 - DoH - Integrated Care System NI Evaluation

  • Department of Health NI

F03: Contract award notice

Notice identifier: 2024/S 000-032724

Procurement identifier (OCID): ocds-h6vhtk-0472c1

Published 11 October 2024, 9:50am



Section one: Contracting authority

one.1) Name and addresses

Department of Health NI

Castle Buildings

BELFAST

BT4 3WQ

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.health-ni.gov.uk/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

ID 5047662 - DoH - Integrated Care System NI Evaluation

Reference number

ID 5047662

two.1.2) Main CPV code

  • 79410000 - Business and management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Health (DoH) wishes to appoint a Supplier to provide independent evaluation in respect of the Integrated Care System NI (ICS NI) currently under development by the ICS NI Programme Team. The Supplier will be required to provide ongoing assessment of the ICS from initial launch through its formative years to provide an independent and professional assessment that will be used by the Department to monitor ICS operations and address any issues arising promptly and effectively as well as learning to inform regulations and contribute to ICS benefits management. This will facilitate the use of an ‘action learning approach’ and ultimately contribute to the positive maturity of the ICS model. There is no guarantee of the volume of work that will be commissioned during the contract duration. The estimated budget for the contract is included in the Contract Notice. Full details of requirements are set out in the Specification document (ID 5047662 – Specification).

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: £300,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79411000 - General management consultancy services
  • 79412000 - Financial management consultancy services
  • 79414000 - Human resources management consultancy services
  • 73210000 - Research consultancy services
  • 79421100 - Project-supervision services other than for construction work

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Department of Health (DoH) wishes to appoint a Supplier to provide independent evaluation in respect of the Integrated Care System NI (ICS NI) currently under development by the ICS NI Programme Team. The Supplier will be required to provide ongoing assessment of the ICS from initial launch through its formative years to provide an independent and professional assessment that will be used by the Department to monitor ICS operations and address any issues arising promptly and effectively as well as learning to inform regulations and contribute to ICS benefits management. This will facilitate the use of an ‘action learning approach’ and ultimately contribute to the positive maturity of the ICS model. There is no guarantee of the volume of work that will be commissioned during the contract duration. The estimated budget for the contract is included in the Contract Notice. Full details of requirements are set out in the Specification document (ID 5047662 – Specification).

two.2.5) Award criteria

Quality criterion - Name: AC1 - Methodology / Weighting: 31.5

Quality criterion - Name: AC2 - Personnel Experience / Weighting: 21

Quality criterion - Name: AC3 - Contract Management / Weighting: 7

Quality criterion - Name: AC4 - Social Value / Weighting: 10.5

Cost criterion - Name: AC5 - Cost / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

Following the initial contract period, there is an option to extend for any period of up to and including 12 months.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The value of this contract is estimated between £200,000 and £300,000 overall. The figure indicated in Section II 1.7 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account the potential optional extension period and the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract.


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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-019553


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 October 2024

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 5

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

Number of tenders received from tenderers from non-EU Member States: 8

Number of tenders received by electronic means: 8

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

five.2.3) Name and address of the contractor

ERNST YOUNG LLP

Bedford House, 22 Bedford Street

BELFAST

BT2 7DT

Email

jkilliner@uk.ey.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £300,000

Total value of the contract/lot: £300,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section six. Complementary information

six.3) Additional information

Contract Monitoring - The Contractor’s performance on the Contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If the 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 Construction and Procurement Delivery (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 the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 for a period of three years from the date of issue.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead, any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.