Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

ID 1982739 DoH — Multidisciplinary Teams (MDT) Project Evaluation

  • First published: 20 February 2020
  • Last modified: 20 February 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Department of Health
Authority ID:
AA21010
Publication date:
20 February 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Department of Health wishes to procure the services of a suitably qualified organisation or consortium to undertake a robust evaluation of the Primary Care Multidisciplinary Teams being rolled out in Down, Derry/Londonderry, West Belfast, Causeway and Newry and Mourne. The contract period is for 2 years with the option to extend for 2 additional periods of up to 12 months. The initial contract period of 2 years will cover the current requirement detailed in this specification. However there is a potential requirement for this evaluation to be extended within the same geographical areas. DoH may take up the extension to cover any further evaluations.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Department of Health

Castle Buildings, Stormont

Belfast

BT4 3SQ

UK

E-mail: SSDAdmin.CPD@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ID 1982739 DoH — Multidisciplinary Teams (MDT) Project Evaluation

Reference number: ID 1982739

II.1.2) Main CPV code

79421100

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Department of Health wishes to procure the services of a suitably qualified organisation or consortium to undertake a robust evaluation of the Primary Care Multidisciplinary Teams being rolled out in Down, Derry/Londonderry, West Belfast, Causeway and Newry and Mourne. The contract period is for 2 years with the option to extend for 2 additional periods of up to 12 months. The initial contract period of 2 years will cover the current requirement detailed in this specification. However there is a potential requirement for this evaluation to be extended within the same geographical areas. DoH may take up the extension to cover any further evaluations.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 951 900.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

73210000

79412000

79411000

79410000

85100000

85000000

85120000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The Department of Health wishes to procure the services of a suitably qualified organisation or consortium to undertake a robust evaluation of the Primary Care Multidisciplinary Teams being rolled out in Down, Derry/Londonderry, West Belfast, Causeway and Newry and Mourne. The contract period is for 2 years with the option to extend for 2 additional periods of up to 12 months. The initial contract period of 2 years will cover the current requirement detailed in this specification. However there is a potential requirement for this evaluation to be extended within the same geographical areas. DoH may take up the extension to cover any further evaluations.

II.2.5) Award criteria

Quality criterion: AC1 Proposed team experience / Weighting: 28

Quality criterion: AC2 Proposed methodology primary research / Weighting: 9.8

Quality criterion: AC3 Proposed methodology interpretations / Weighting: 9.8

Quality criterion: AC4 Proposed methodology outcomes / Weighting: 9.8

Quality criterion: AC5 Contract management / Weighting: 6.3

Quality criterion: AC6 Processing personal information/GDPR compliance / Weighting: 6.3

Cost criterion: Total contract price / Weighting: 30

II.2.11) Information about options

Options: Yes

Description of options:

The contract may be extended for up to 24 months.

II.2.13) Information about European Union funds

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 155-382913

Section V: Award of contract

Contract No: 1

Title: Contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

19/02/2020

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 2

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

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 6

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

V.2.3) Name and address of the contractor

RSM UK Consulting LLP

Number 1 Lanyon Quay

Belfast

BT13LG

UK

Telephone: +44 2890234343

E-mail: tenders.pacec.nir@rsmuk.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 951 900.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 — Contract management — Procedures and principles). Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a 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 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 this contract may be terminated. A central register of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the date of issue of the notice. It may also 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.

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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

UK

UK

VI.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.

VI.5) Date of dispatch of this notice

19/02/2020

Coding

Commodity categories

ID Title Parent category
79410000 Business and management consultancy services Business and management consultancy and related services
79412000 Financial management consultancy services Business and management consultancy services
79411000 General management consultancy services Business and management consultancy services
85000000 Health and social work services Other Services
85100000 Health services Health and social work services
85120000 Medical practice and related services Health services
79421100 Project-supervision services other than for construction work Project-management services other than for construction work
73210000 Research consultancy services Research and development consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
SSDAdmin.CPD@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.