Contract

Strategic Implementation Partner for the Implementation of Organisational Design at BCP Council

  • Bournemouth Christchurch and Poole Council

F03: Contract award notice

Notice identifier: 2024/S 000-040922

Procurement identifier (OCID): ocds-h6vhtk-04c977

Published 19 December 2024, 11:03am



Section one: Contracting authority

one.1) Name and addresses

Bournemouth Christchurch and Poole Council

BCP Civic Centre, Bourne Avenue

Bournemouth

BH2 6DY

Contact

Strategic Procurement Team

Email

procurement@bcpcouncil.gov.uk

Telephone

+44 1202128989

Country

United Kingdom

Region code

UKK2 - Dorset and Somerset

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

Buyer's address

https://www.supplyingthesouthwest.org.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Strategic Implementation Partner for the Implementation of Organisational Design at BCP Council

Reference number

DN491707

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 Council entered into a Strategic Partnership Agreement (SPA) in April 2021 with a single provider (‘the Supplier’) as a Strategic Implementation Partner (SIP) by which the SIP will develop works packages as recommendations to support in the implementation of BCP Council’s Organisational Design Model.

Under the Strategic Partnership Agreement, Work Packages are commissioned by the Council to the SIP.

The original published potential value of the Strategic Partnership Agreement contract was up to GBP £18 million.

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: £21,142,764

two.2) Description

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 72200000 - Software programming and consultancy services
  • 79100000 - Legal services
  • 75100000 - Administration services
  • 79400000 - Business and management consultancy and related services
  • 72130000 - Computer-site planning consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 79410000 - Business and management consultancy services
  • 79140000 - Legal advisory and information services
  • 79310000 - Market research services
  • 79620000 - Supply services of personnel including temporary staff
  • 79340000 - Advertising and marketing services
  • 72150000 - Computer audit consultancy and hardware consultancy services
  • 66171000 - Financial consultancy services
  • 72221000 - Business analysis consultancy services
  • 72224000 - Project management consultancy services
  • 72251000 - Disaster recovery services
  • 72316000 - Data analysis services
  • 79211000 - Accounting services
  • 79411000 - General management consultancy services
  • 79413000 - Marketing management consultancy services
  • 79419000 - Evaluation consultancy services
  • 72222000 - Information systems or technology strategic review and planning services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72246000 - Systems consultancy services
  • 79414000 - Human resources management consultancy services
  • 79996000 - Business organisation services
  • 72223000 - Information technology requirements review services
  • 72266000 - Software consultancy services
  • 79313000 - Performance review services
  • 79412000 - Financial management consultancy services
  • 79418000 - Procurement consultancy services
  • 79421000 - Project-management services other than for construction work
  • 71314200 - Energy-management services
  • 72224100 - System implementation planning services
  • 72222100 - Information systems or technology strategic review services
  • 72222200 - Information systems or technology planning services
  • 79212500 - Accounting review services
  • 79411100 - Business development consultancy services
  • 79416200 - Public relations consultancy services

two.2.3) Place of performance

NUTS codes
  • UKK2 - Dorset and Somerset

two.2.4) Description of the procurement

The Council has established a Strategic Partnership Agreement (SPA) with a single provider for the provision of a Strategic Implementation Partner (SIP) to support in the implementation Organisational Design at BCP Council.

Under the Strategic Partnership Agreement, Work Packages will be commissioned by the Council to the SIP. These Work Packages will be agreed under a governance structure with the SIP and will be signed off by the Council’s governance that is set up under this Strategic Partnership Agreement contract.

This FTS Contract Award Notice is an amendment to previously published OJEU Contract Award Notice reference 2021/S 000-007306, Following contract modification in accordance with PCR15 the potential value of the Strategic Partnership Agreement contract has been increased.

Previous Contract Award Notice reference 2021/S 000-007306 was an OJEU Contract Award Notice published on 08/04/2021. As a result this contract amendment is via FTS and NOT OJEU.

The modified potential value of the Strategic Partnership Agreement contract is up to GBP £21,142,764.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

The term of the Strategic Partnership Agreement (SPA) will be for 4 years with the option to extend the SPA annually for a further 2 years. Therefore, if all extensions were taken, the full term of the SPA would be for 6 years.

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

Competitive procedure with negotiation

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: 2021/S 071-182388


Section five. Award of contract

Contract No

DN491707

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 May 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

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

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 0

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

five.2.3) Name and address of the contractor

KPMG LLP

15 Canada Square

London

E14 5GL

Country

United Kingdom

NUTS code
  • UKK2 - Dorset and Somerset
National registration number

OC301540

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: £21,142,764

Total value of the contract/lot: £21,142,764


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Courts of Justice

The Royal Court of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).