Contract

Dynamic Resource Optimisation - NIAS [5528995]

  • Procurement and Logistics Service

F03: Contract award notice

Notice identifier: 2024/S 000-034603

Procurement identifier (OCID): ocds-h6vhtk-04992d

Published 25 October 2024, 9:47am



Section one: Contracting authority

one.1) Name and addresses

Procurement and Logistics Service

77 Boucher Crescent

Belfast

BT12 6HU

Contact

PDRandOPs.sourcinghscni.net

Email

PDRandOps.sourcing@hscni.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Dynamic Resource Optimisation - NIAS [5528995]

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Dynamic Resource Optimisation - NIAS [5528995]

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: £290,157.21

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 48000000 - Software package and information systems
  • 50111100 - Vehicle-fleet management services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Dynamic Resource Optimisation - NIAS [5528995]

two.2.5) Award criteria

Quality criterion - Name: Q.2.1 Please explain clearly how your proposed Phase I solution meets the requirements of the Brief, given your understanding of Service User, Carer and Health and Social Care staff needs. / Weighting: 20

Quality criterion - Name: Q.2.2 Please explain how your solution is innovative and how innovative your concepts, approaches, methodologies, tools or technologies are for this area. This should include details of market analysis, and set out why this approach is innovative. / Weighting: 20

Quality criterion - Name: Q.2.3 Please explain how you intend to ensure that your proposed Phase I solution will have commercial potential, and how you intend to develop this to be a marketable product, process or service within HSC NI and wider healthcare markets. / Weighting: 20

Quality criterion - Name: Q.3.1 Please explain how you, the tenderer, and any sub-contractors have the right skills and experience to deliver the intended benefits. If you are intending to use sub-contractors please set out clearly the respective roles of the team members. / Weighting: 10

Quality criterion - Name: Q.3.2 Please explain how the Phase I project will be managed. Include reference to the project planning, financial submission, management and approach. The proposal should set out the key deliverables and milestones in a project plan, with explanation as to how you will ensure they are achieved on target. / Weighting: 10

Quality criterion - Name: Q.3.3 Please explain the approach you will adopt for feasibility trials including ensuring your technology will work effectively and safely when issued to participants. Tenderers should also provide details in their response on the progress of all governance requirements including GDPR, Cyber security and their ethical approval application, and provide information i as to the expected timeframe of these approvals and ii the earliest date your proposal will start to recruit participants. / Weighting: 10

Quality criterion - Name: Q.3.4 Please explain the project risks e.g. financial, staffing or environmental risks that have been identified and explain how the risk will be mitigated and managed. / Weighting: 10

Cost criterion - Name: Initial Phase I bid must not exceed £100,000 / Weighting: 0

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

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-028774


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

25 October 2024

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 2

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

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

UNIVERSITY OF ULSTER

Cromore Road

COLERAINE

BT52 1SA

Email

ulster-submission@ulster.ac.uk

Telephone

+44 2890366879

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.3) Name and address of the contractor

ANALYTICS ENGINES LIMITED

1 Chlorine Gardens

BELFAST

BT9 5DJ

Email

tenders@analyticsengines.com

Telephone

+44 2890669022

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CRANMORE CONSULTING LIMITED

73 Chruch View

HOLYWOOD

BT18 9LN

Email

heather@cranmoreconsulting.com

Telephone

+44 2890394431

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

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: £290,157.21


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Business Services Organisation

Belfast

Country

United Kingdom