Section one: Contracting authority
one.1) Name and addresses
Department of Health NI
Castle Buildings
BELFAST
BT4 3WQ
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
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.