Awarded contract

Integrated HR, Payroll, Finance and Procurement Solution for the Northern Ireland Assembly Commission BR-040-2021

  • NI Assembly

F03: Contract award notice

Notice reference: 2022/S 000-003045

Published 2 February 2022, 4:54pm



Section one: Contracting authority

one.1) Name and addresses

NI Assembly

Parliament Buildings

Belfast

BT4 3XX

Contact

procurementniassembly.gov.uk

Email

procurement@niassembly.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.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Legislature


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Integrated HR, Payroll, Finance and Procurement Solution for the Northern Ireland Assembly Commission BR-040-2021

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

The Northern Ireland Assembly Commission (the Assembly Commission) is seeking to procure a single contractor to provide, implement and maintain a cloud hosted SaaS integrated HR, payroll, finance and procurement solution. This is likely to be an off-the-shelf solution with minimal customisations. The procurement exercise will be conducted in accordance with the competitive negotiation procedure pursuant to Regulation 29 of the Public Contracts Regulations 2015 (as amended) (Regulations) (PCR). The Assembly Commission wishes to conduct an efficient, effective and streamlined competitive negotiation process and does not wish to engage in any unnecessary negotiations that imposes costs on all parties and causes delay. Accordingly, it is envisaged that certain limits will be placed on the extent of negotiations that will be permitted. The Assembly Commission will only accept tender bids that propose a solution model that meets the key requirements for HR, payroll and finance and is within our estimated maximum budget of £3M for the entire duration of the contract. A single solution may be proposed by a single contractor or a consortium of suppliers may come together propose a solution, but must be led by a single lead contractor. Alternatively, a series of solutions may be proposed again by one supplier or a consortiums of suppliers, but must also be led by a single lead contractor. To be clear, the Assembly Commission will only enter into one contract for this solution. The lead contractor will be responsible for any other suppliers/sub-contractors with whom they propose to work together to provide a solution for the Assembly Commission. The lead contractor will act as the single point of contact for the Assembly Commission and will hold responsibility for dealing with all contractual matters for the Assembly Commission. As the over-arching objective of the Systems Review Project is a move to having one version of the truth, prevention of duplication of data and access to information across the solution in real time, the decision was taken to appoint a sole contractor to manage, maintain and underwrite the solution configuration who will take overall responsibility for the implementation, maintenance and support of the entire configured solution so that these project objectives are achieved. Awarding multiple contracts or splitting the in-scope functions into separate contracts will not be facilitated. This contract will be awarded to one supplier for a period of 5 years. There will be five optional extension periods of up to one year each. It is the intention that the highest ranked tender submission will be awarded this contract. The Assembly Commission recognise that they are a number of solutions in the marketplace that can provide an integrated solution that will meet our needs. In order to manage expectations of potential Tenderers, the Assembly Commission are placing a cap on the overall IT solution implementation and ongoing licensing, support and maintenance costs over a ten year period of £3m.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 72200000 - Software programming and consultancy services
  • 72250000 - System and support services
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72262000 - Software development services
  • 72263000 - Software implementation services
  • 72264000 - Software reproduction services
  • 72265000 - Software configuration services
  • 72267000 - Software maintenance and repair services
  • 72268000 - Software supply services
  • 72210000 - Programming services of packaged software products
  • 72211000 - Programming services of systems and user software
  • 72212000 - Programming services of application software
  • 72212100 - Industry specific software development services
  • 72212440 - Financial analysis and accounting software development services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
  • UKN06 - Belfast
Main site or place of performance

Belfast, Northern Ireland

two.2.4) Description of the procurement

The Northern Ireland Assembly Commission (the Assembly Commission) is seeking to procure a single contractor to provide, implement and maintain a cloud hosted SaaS integrated HR, payroll, finance and procurement solution. This is likely to be an off-the-shelf solution with minimal customisations. The procurement exercise will be conducted in accordance with the competitive negotiation procedure pursuant to Regulation 29 of the Public Contracts Regulations 2015 (as amended) (Regulations) (PCR). The Assembly Commission wishes to conduct an efficient, effective and streamlined competitive negotiation process and does not wish to engage in any unnecessary negotiations that imposes costs on all parties and causes delay. Accordingly, it is envisaged that certain limits will be placed on the extent of negotiations that will be permitted. The Assembly Commission will only accept tender bids that propose a solution model that meets the key requirements for HR, payroll and finance and is within our estimated maximum budget of £3M for the entire duration of the contract. A single solution may be proposed by a single contractor or a consortium of suppliers may come together propose a solution, but must be led by a single lead contractor. Alternatively, a series of solutions may be proposed again by one supplier or a consortiums of suppliers, but must also be led by a single lead contractor. To be clear, the Assembly Commission will only enter into one contract for this solution. The lead contractor will be responsible for any other suppliers/sub-contractors with whom they propose to work together to provide a solution for the Assembly Commission. The lead contractor will act as the single point of contact for the Assembly Commission and will hold responsibility for dealing with all contractual matters for the Assembly Commission. As the over-arching objective of the Systems Review Project is a move to having one version of the truth, prevention of duplication of data and access to information across the solution in real time, the decision was taken to appoint a sole contractor to manage, maintain and underwrite the solution configuration who will take overall responsibility for the implementation, maintenance and support of the entire configured solution so that these project objectives are achieved. Awarding multiple contracts or splitting the in-scope functions into separate contracts will not be facilitated. This contract will be awarded to one supplier for a period of 5 years. There will be five optional extension periods of up to one year each. It is the intention that the highest ranked tender submission will be awarded this contract. The Assembly Commission recognise that they are a number of solutions in the marketplace that can provide an integrated solution that will meet our needs. In order to manage expectations of potential Tenderers, the Assembly Commission are placing a cap on the overall IT solution implementation and ongoing licensing, support and maintenance costs over a ten year period of £3m.

two.2.5) Award criteria

Quality criterion - Name: As detailed in tender documents / Weighting: 70

Cost criterion - Name: As detailed in tender documents / Weighting: 30

two.2.11) Information about options

Options: No

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

Competitive procedure with negotiation

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: 2021/S 000-016836


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 January 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 5

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

five.2.3) Name and address of the contractor

EMBRIDGE CONSULTING UK LIMITED

The Old Rectory Business Centre Springhead Road, Northfleet

GRAVESEND

DA11 8HN

Email

enquiries@embridgeconsulting.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £3,000,000

Total value of the contract/lot: £3,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Value excluding VAT: £1,650,000

Proportion: 55 %

Short description of the part of the contract to be subcontracted

Software Licensing Costs


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

N/A

N/A

Country

United Kingdom