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.

VEAT

DSD Medical Support Services

  • First published: 06 July 2021
  • Last modified: 06 July 2021

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 for Communities formerly the Department for Social Development DSD
Authority ID:
AA79623
Publication date:
06 July 2021
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Continuation of the provision of work capability assessment services in Northern Ireland.

For full details of the nature of the services please see OJEU 2007/S 063-077231.

Full notice text

Voluntary ex ante transparency notice

Directive 2014/24/EU

Section I: Contracting entity

I.1) Name and addresses

Department for Communities formerly the Department for Social Development DSD

Causeway Exchange, 1-7 Bedford Street

Belfast

BT32 7EG

UK

E-mail: healthtransformation@communities-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: www.communities-ni.gov.uk

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

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DSD Medical Support Services

Reference number: Project 71

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Further to the VEAT notice issued on 10 July 2020, REF. No 2020/S 135-333759, DfC shall enter into a contract variation of the medical support service contract with the incumbent supplier following a period of 10 days from the date of publication of this notice in accordance with Regulation 72(1)(c). The contract variation provides for an extension of two (2) years from 1 August 2021-31 July 2023.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 82 250 208.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

72000000

75000000

75313000

75313100

75311000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Continuation of the provision of work capability assessment services in Northern Ireland.

For full details of the nature of the services please see OJEU 2007/S 063-077231.

II.2.5) Award criteria

Criteria below:

Quality criterion: Medical personnel / Weighting: 15

Quality criterion: Service quality / Weighting: 25

Quality criterion: Transition and service / Weighting: 10

Quality criterion: IS/IT solutions / Weighting: 10

Quality criterion: Legal and contractual / Weighting: 10

Quality criterion: Properties / Weighting: 5

Cost criterion: Financial / Weighting: 25

II.2.11) Information about options

Options: No

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

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The procurement falls outside the scope of application of the Directive

Explanation:

Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below

• The procurement falls outside the scope of application of the directive

Explanation:

On 5 March 2020, DWP published a PIN signalling its intent to re-procure its health and disability assessment services contract for the provision of work capability assessment services in England, Scotland and Wales. The Department for Communities agreed to join the procurement with Northern Ireland constituting a separate lot. The re-procurement of the HDAS Contract was in accordance with Section 7 of the PCR 2015. However, the Covid-19 pandemic began impacting on the UK, in particular for the Department, impacting both the delivery of health assessment services, and the planned launch of the procurement. The continuation of the provision of services under the current contract over a period of 2 years has become necessary.

Regulation 72(1)(c) PCR allows:

(i) The need for modification has been brought about by circumstances which a ‘diligent contracting authority’ could not have foreseen. Covid-19 is a unique event whose impact could not have been foreseen; and

(ii) The modification does not alter the overall nature of the contract; The services to be provided by the incumbent will remain consistent and there will be no alteration to the overall nature of the contract, and.

(iii) The modification does not exceed 50 % of the original contract value. The price to be paid for the extended period of the Contract does not exceed 50 % of the original value of the contract; and

(iv) DfC will publish a modification notice pursuant to Regulation 72(3) of PCR. Please see Section VI.3) for additional information.

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:

2007/S 063-077231

Section V: Award of contract/concession

Contract No: Project 71

Title: DSD Medical Support Services

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

31/12/2010

V.2.2) Information about tenders

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

V.2.3) Name and address of the contractor

Atos Origin IT Services Ltd

London

UK

E-mail: john.keir@atos.net

NUTS: UK

Internet address(es)

URL: https://atos.net/en/

The contractor is an SME: No

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

Total value of the concession/lot: 19 997 162.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The impact of Covid-19 on health assessment services has been, and continues to be significant. DfC had to act quickly to implement a number of changes to service delivery, both to ensure the health and wellbeing of the public, its own employees and health assessment provider staff, and in response to the effect of the pandemic on the capacity of DfC and its assessment provider to deliver health assessment services. These changes included the temporary suspension of face to face assessments, and the introduction of telephony based assessments. The changes implemented to date, combined with the effect of two waves of the pandemic in the past year and the potential impacts of an impending third wave and possible further waves continue to be challenges to DfC’s efforts to stabilise the service in advance of any procurement. Given that Work Capability Assessments (WCA) undertaken as part of the contract services support critical statutory welfare benefits catering for vulnerable people, a gap in service provision is not an option. DfC has therefore concluded that extending the existing MSS contract for up to 2 years is the best option for:

(i) stabilising work capability assessment services;

(ii) ensuring a continuous service for these complex and vitally important services, which support delivery of statutory welfare benefits to vulnerable claimants each year; and

(iii) allowing DfC to fully understand and evaluate the impacts of Covid-19 ahead of any future procurements or decisions on service delivery DfC will continue to implement steps to secure further efficiencies and service improvements in the way that the existing contract is currently delivered and in particular throughout the extension period and will monitor performance in order to demonstrate value for money. DfC, partnering with DWP, intends to continue engaging with the market to discuss the future transition of work capability assessment services and the future of health assessments more broadly. DfC will build in periodic reviews (4-6 monthly) to identify whether longer or shorter extensions than 24 months are needed..

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures.

Belfast

UK

VI.5) Date of dispatch of this notice

01/07/2021

Coding

Commodity categories

ID Title Parent category
75000000 Administration, defence and social security services Defence and security
75313000 Disability benefits Benefit services
85000000 Health and social work services Other Services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
75311000 Sickness benefits Benefit services
75313100 Temporary disablement benefits Disability benefits

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:
healthtransformation@communities-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.