Tender

ID 3506122 - DoE - GTCNI - Registration and Regulation IT Support System

  • General Teaching Council for Northern Ireland

F02: Contract notice

Notice identifier: 2022/S 000-000480

Procurement identifier (OCID): ocds-h6vhtk-030878

Published 7 January 2022, 12:55pm



Section one: Contracting authority

one.1) Name and addresses

General Teaching Council for Northern Ireland

3rd-4th Floor, Albany House, 73-75 Great Victoria Street

BELFAST

BT2 7AF

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 3506122 - DoE - GTCNI - Registration and Regulation IT Support System

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

GTCNI rely on the current IT system to support the function of registration. There are currently over 68,000 teacher records held on the system, of which approximately 26,350 are active. All registered individuals have access to the system along with certain employer organisations such as schools and members of the public. Non-active records are reviewed and maintained under GTCNI’s policies, for example procedures for Reinstating a Teacher. Approximately 500 NI students and 500 applicants outside NI are added to the system each year. This procurement is necessary to replace the existing IT solution which has reached end of life and will no longer be fully supported and to provide a new system that will: • Enable the GTCNI to continue to meet its current obligations with regard to the registration and regulation of teachers as set out in the Education (Northern Ireland) Order 1998, Articles 34-41 as amended by the 2003 and 2006 Education (NI) Orders • Allow the GTCNI to respond to current and future business needs • Facilitate a more efficient and proactive role in improving service • Maintain public confidence and trust in the profession. More details of the current solution are included in the Specification Schedule in addition to the detailed requirements for this new solution.

two.1.5) Estimated total value

Value excluding VAT: £630,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72200000 - Software programming and consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72222000 - Information systems or technology strategic review and planning services
  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

GTCNI rely on the current IT system to support the function of registration. There are currently over 68,000 teacher records held on the system, of which approximately 26,350 are active. All registered individuals have access to the system along with certain employer organisations such as schools and members of the public. Non-active records are reviewed and maintained under GTCNI’s policies, for example procedures for Reinstating a Teacher. Approximately 500 NI students and 500 applicants outside NI are added to the system each year. This procurement is necessary to replace the existing IT solution which has reached end of life and will no longer be fully supported and to provide a new system that will: • Enable the GTCNI to continue to meet its current obligations with regard to the registration and regulation of teachers as set out in the Education (Northern Ireland) Order 1998, Articles 34-41 as amended by the 2003 and 2006 Education (NI) Orders • Allow the GTCNI to respond to current and future business needs • Facilitate a more efficient and proactive role in improving service • Maintain public confidence and trust in the profession. More details of the current solution are included in the Specification Schedule in addition to the detailed requirements for this new solution.

two.2.5) Award criteria

Quality criterion - Name: Qualitative / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £630,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

This contract will be potentially be due to be re-procured after 5-7 years.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

After the initial contract period of 5 years there are two optional extension periods of 1 year each.

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

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

17 February 2022

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 18 May 2022

four.2.7) Conditions for opening of tenders

Date

17 February 2022

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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. The authority expressly reserves. the rights: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; (ii) to make. whatever changes it may see fit to the content and structure of the tendering competition; (iii) to award (a) contract(s) in respect of any. part(s) of the (services) covered by this notice; and (iv) to award contract(s) in stages and in no circumstances will the authority be liable. for any costs incurred by candidates..

six.4) Procedures for review

six.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.

United Kingdom

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 and, where. appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.