Award

DSD Medical Support Services

DEPARTMENT FOR COMMUNITIES FORMERLY THE DEPARTMENT FOR SOCIAL DEVELOPMENT DSD

This public procurement record has 1 release in its history.

AwardUpdate

02 Mar 2023 at 09:03

Summary of the contracting process

The Department for Communities, formerly the Department for Social Development DSD, has awarded a contract for DSD Medical Support Services to Atos Origin IT Services Ltd. The contract worth £122,889,411 is active and runs from December 31, 2010, to March 1, 2024. The services involve health and social work services for assessing claimants' health conditions and disabilities, providing consultations, managing health professionals, and delivering technical advice to the authority. The contract period is 4710 days, with the primary delivery region being the UK.

This tender presents an opportunity for businesses in the health and social work services sector to compete for providing medical support services to the Department for Communities. Companies experienced in health assessment, consultation, and managing health professionals would be well-suited to bid for this contract. The ongoing procurement process for Work Capability Assessment Contracts necessitated an extension, offering potential bidders a chance to engage in a competitive dialogue procedure to provide essential services to vulnerable sections of society.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

DSD Medical Support Services

Notice Description

Lot Information

Lot 1

-- The objective and independent assessment of the impact of health conditions and disabilities on claimants is central to the process of determining entitlement to UC, ESA and a number of smaller benefits. The provider will carry out this assessment and provide information and advice to support the Authority's decision-making processes. -- The key elements of the service will include: -- The consideration of a claimant's health conditions or disabilities and the impact on their daily life and mobility, -- Assessing individuals against criteria prescribed by the Authority, -- The delivery of Consultations to support the above, -- The gathering and consideration of evidence to support the above including, where necessary, paying appropriate fees for evidence, -- The completion of reports, including advice, to the Authority, -- The referral of assessment reports and any associated evidence to the Authority, -- Interpretation and advice to the authority on technical evidence, -- Follow up liaison with the Authority in relation to assessments, including the provision of relevant health professional expertise as required, -- The administration and management of the service, including scheduling of Consultations, ensuring that they are completed within timescales set down by the Authority, -- The recruitment, training and ongoing support of Health Professionals, including liaison with relevant professional bodies, -- The development of guidance and training in conjunction with the Authority, -- The provision of an enquiry service for individuals being assessed, -- The provision of a quality control regime, including a complaints function, -- The provision of management information as defined by the Authority, -- Initiatives and liaison with relevant organisations to support the provision of evidence, -- Liaison and collaborative working with local and national partners, including disability organisations, health professional bodies and the devolved administrations,

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03ad6f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006084-2023
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£122,889,411 £100M-£1B

Notice Dates

Publication Date
2 Mar 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
31 Dec 201015 years ago
Contract Period
31 Dec 2010 - 1 Mar 2024 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR COMMUNITIES FORMERLY THE DEPARTMENT FOR SOCIAL DEVELOPMENT DSD
Contact Name
Not specified
Contact Email
healthtransformation@communities-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT2 7EG
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
Not specified

Local Authority
Belfast
Electoral Ward
Central
Westminster Constituency
Belfast South and Mid Down

Supplier Information

Number of Suppliers
1
Supplier Name

ATOS ORIGIN IT SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03ad6f-2023-03-02T09:03:07Z",
    "date": "2023-03-02T09:03:07Z",
    "ocid": "ocds-h6vhtk-03ad6f",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03ad6f",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DSD Medical Support Services",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "description": "-- The objective and independent assessment of the impact of health conditions and disabilities on claimants is central to the process of determining entitlement to UC, ESA and a number of smaller benefits. The provider will carry out this assessment and provide information and advice to support the Authority's decision-making processes. -- The key elements of the service will include: -- The consideration of a claimant's health conditions or disabilities and the impact on their daily life and mobility, -- Assessing individuals against criteria prescribed by the Authority, -- The delivery of Consultations to support the above, -- The gathering and consideration of evidence to support the above including, where necessary, paying appropriate fees for evidence, -- The completion of reports, including advice, to the Authority, -- The referral of assessment reports and any associated evidence to the Authority, -- Interpretation and advice to the authority on technical evidence, -- Follow up liaison with the Authority in relation to assessments, including the provision of relevant health professional expertise as required, -- The administration and management of the service, including scheduling of Consultations, ensuring that they are completed within timescales set down by the Authority, -- The recruitment, training and ongoing support of Health Professionals, including liaison with relevant professional bodies, -- The development of guidance and training in conjunction with the Authority, -- The provision of an enquiry service for individuals being assessed, -- The provision of a quality control regime, including a complaints function, -- The provision of management information as defined by the Authority, -- Initiatives and liaison with relevant organisations to support the provision of evidence, -- Liaison and collaborative working with local and national partners, including disability organisations, health professional bodies and the devolved administrations,",
                "contractPeriod": {
                    "durationInDays": 4710
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "006084-2023-Project 71-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-21255",
                    "name": "Atos Origin IT Services Ltd"
                },
                {
                    "id": "GB-FTS-76585",
                    "name": "Atos Origin It Services LTD"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-26400",
            "name": "Department for Communities formerly the Department for Social Development DSD",
            "identifier": {
                "legalName": "Department for Communities formerly the Department for Social Development DSD"
            },
            "address": {
                "streetAddress": "Causeway Exchange, 1-7 Bedford Street",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT2 7EG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "healthtransformation@communities-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://communities-ni.gov.uk",
                "buyerProfile": "https://etendersni.gov.uk/epps"
            }
        },
        {
            "id": "GB-FTS-21255",
            "name": "Atos Origin IT Services Ltd",
            "identifier": {
                "legalName": "Atos Origin IT Services Ltd"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "robert.gidney@atos.net"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://atos.net/en",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-76585",
            "name": "Atos Origin It Services LTD",
            "identifier": {
                "legalName": "Atos Origin It Services LTD"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "robert.gidney@atos.net"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://atos.net/en",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-76586",
            "name": "Department for communities formerly the Department for Social Development DSD",
            "identifier": {
                "legalName": "Department for communities formerly the Department for Social Development DSD"
            },
            "address": {
                "streetAddress": "Causeway Exchange, 1-7 Bedford Street",
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-26400",
        "name": "Department for Communities formerly the Department for Social Development DSD"
    },
    "contracts": [
        {
            "id": "006084-2023-Project 71-1",
            "awardID": "006084-2023-Project 71-1",
            "status": "active",
            "value": {
                "amount": 122889411,
                "currency": "GBP"
            },
            "dateSigned": "2010-12-31T00:00:00Z",
            "period": {
                "startDate": "2010-12-31T00:00:00Z",
                "endDate": "2024-03-01T23:59:59Z"
            },
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "Nature and extent of the modifications (with indication of possible earlier changes to the contract): Extension of contract term by additional 7 months until 01.03.2024 due to an ongoing procurement process. On 5 March 2020, DWP published a Prior Information Notice 2020/S 046-109668 as notification of its intent to re-procure its Work Capability Assessment Contracts for assessment services in accordance with Section 7, PCR as part of a larger procurement for other types of assessment services (FAS procurement). The Department for Communities agreed to join the procurement with Northern Ireland constituting a separate geographic Lot. Due to the impact of the COVID-19 Pandemic the new procurement was delayed and the WCA Contract was extended for the reasons set out in Voluntary Ex Ante Transparency Notice 2020/S 135-333759. The FAS procurement was launched on 12 November 2021 and, although a light touch regime procurement, was based on a competitive dialogue procedure, the commencement of which included the submission of indicative bids. During dialogue it became apparent that the contract value envelope for the FAS procurement needed to be revised in order to provide these key public services effectively. The procurement was therefore halted temporarily with a view to re-engaging with stakeholders. It had also become clear that the ratio of face-to-face assessments versus remote assessments needed to be reviewed given the continuation of the Pandemic and further time was spent ensuring the contractual arrangements had built-in flexibility to deal with changing circumstances and impact the above changes. DWP and DfC also considered that a further round of commercial dialogue (not originally planned) was necessary to ensure the quality of BAFO submissions in the face of the revised contractual framework. Due to these various activity streams, it was therefore impossible for DWP and DfC to avoid a negative impact on its original timetable. The procurement is now well underway. DWP and DfC do not envisage there will be cause for further delay. However, due to the additional activities and subsequent delay (see above) in order to ensure an efficient and smooth handover between the MSS and the new FAS providers during an appropriate implementation period, DfC considers an extension of 7 months to the MSS contracts term is necessary. Without an extension there could be a delay to provision of assessments for the critical statutory welfare benefits which MSS services encompass. As the recipients of these welfare benefits constitute a vulnerable section of society, DfC is of the view such an extension is necessary to ensure they are not disadvantaged further.",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: DfC considers Regulation 72(1)(b) PCR is applicable. For the reasons in VII.2.I) above, the provision of additional services until 1 March 2024 has become necessary and: (i) interchangeability issues with a new supplier means these key services could be negatively impacted. The implementation of the contract currently being procured necessitates a lengthy handover period therefore it is not possible to introduce a new provider for the additional 7 months. A change in supplier without a full handover programme (which includes transition to a new managed IT service necessitating dual running of systems) would risk delivery of these services which provide critical statutory benefits to vulnerable people; (ii) appointing a new supplier to cover the extra 7 months (which DfC do not consider a viable option) at the same time as the incumbent was engaged in handover to the new FAS supplier means significant duplication of costs particularly as DfC would be paying additional costs already during the implementation period; and (iii) value of the contract for the extended period does not exceed 50% of value of original contract"
                }
            ]
        }
    ],
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:077231-2007:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}