Section one: Contracting authority
one.1) Name and addresses
Procurement and Logistics Service
77 Boucher Crescent
Belfast
BT12 6HU
Contact
PDRandOPs.sourcinghscni.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
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
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
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