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