Section one: Contracting authority
one.1) Name and addresses
Department of Justice, Northern Ireland Courts and Tribunals Service
Laganside House, 23-27 Oxford Street
BELFAST
BT1 3LA
Contact
ssdadmin.cpdfinance-ni.gov.uk
ssdadmin.cpd@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UKN0 - Northern Ireland
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
Access to the procurement documents is restricted. Further information can be obtained 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
DOJ NICTS Implementation and Support of IT Case Management Systems for the Office of Care and Protection and Official Solicitors Office.
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
DOJ NICTS Implementation and Support of IT Case Management Systems for the Office of Care and Protection and Official Solicitors Office.
two.1.5) Estimated total value
Value excluding VAT: £680,000
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
- 72500000 - Computer-related services
- 72600000 - Computer support and consultancy services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
DOJ NICTS Implementation and Support of IT Case Management Systems for the Office of Care and Protection and Official Solicitors Office.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria / Weighting: 60
Cost criterion - Name: Quantitative Criteria / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £680,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be for up to 12 months implementation and two years with the system fully operational (3 years). There are two options to extend of up to 2 years each.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract period will be for up to 12 months implementation and two years with the system fully operational (3 years). There are two options to extend of up to 2 years 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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
List and brief description of selection criteria
1 Tenderers must provide one example within the last 3 years that clearly demonstrates your experience of having successfully implemented a complex Case Management System/database which included over 20 rule based processes and extensive automated template generation and data merging based on business rules.. . 2 Tenderers must provide one example of your experience of delivering a complex Case Management System/database that demonstrates your efficient and effective management of providing support, post system implementation over a period of at least 12 months within the last three years.
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.2.1) Previous publication concerning this procedure
Notice number: 2020/S 050-119910
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 March 2021
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: 30 May 2021
four.2.7) Conditions for opening of tenders
Date
1 March 2021
Local time
3:30pm
Information about authorised persons and opening procedure
Authorised Construction and Procurement Delivery personnel
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The figure indicated in 11.1.5 represents the estimated contract value. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for economic. operators when submitting a bid for this competition. In addition, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. 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 three 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 review body with responsibility for appeal/mediation in public procurement competitions. Instead, challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regs 2015
N/A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Public Contract Regulations 2015 provide aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). The Authority will incorporate a standstill period before this contract modification is awarded. The standstill period will be for a minimum of 10 calendar days.