Opportunity

ID 3971947 DoJ - NICTS Business Solution - Themis

  • Department of Justice, Northern Ireland Courts and Tribunals Service

F02: Contract notice

Notice reference: 2023/S 000-005648

Published 27 February 2023, 10:00am



Section one: Contracting authority

one.1) Name and addresses

Department of Justice, Northern Ireland Courts and Tribunals Service

Laganside House, Oxford Street

BELFAST

BT1 3LL

Contact

Strategic Delivery Team

Email

StrategicDelivery.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

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 3971947 DoJ - NICTS Business Solution - Themis

Reference number

ID 3971947

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 Authority wishes to procure a Supplier that can design and deliver: • Business transformation (Interim and Target Operating Models) to: o Improve and standardise ways of working across the Authority; o Maximise the use of available resources and enhance staff skills; o Increase organisational efficiency, substantially reduce the significant reliance on paper across the courts and tribunals system and to maximise return on investment by the Authority; o Support the Authority to deliver cultural changes required to embed new ways of working, secure the confidence and participation of key stakeholders and justice partners to operate within a digital-first environment; o Help deliver improved outcomes; and o Support the delivery of user-centric designed services. • A new digital solution (Themis) that must: o Safeguard the delivery of business-critical services and functions, interfacing or integrating as appropriate with Causeway and other essential digital systems, tools, and services; o Support improved business processes with increased automation and achieve a substantial reduction on the reliance of paper-based administrative processes, including the lodgement of applications and evidence (which can exceed thousands of pages depending on case type). o Provide GDPR (General Data Protection Regulation) / information management / security / PCI (Payment Card Industry) compliance whilst reducing the significant need for the storage of paper-based records by the Authority and judiciary. o Provide integrated modern payment, transaction and communication channels that reduce the reliance on paper and traditional channels; o Provide real time management information and automated workflow; and: o Support service delivery reflective of the new operating model design and service user needs.

two.1.5) Estimated total value

Value excluding VAT: £45,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48100000 - Industry specific software package
  • 48600000 - Database and operating software package
  • 48810000 - Information systems
  • 48820000 - Servers
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72230000 - Custom software development services
  • 72210000 - Programming services of packaged software products
  • 72250000 - System and support services
  • 72253000 - Helpdesk 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
  • 72266000 - Software consultancy services
  • 72267000 - Software maintenance and repair services
  • 72267100 - Maintenance of information technology software
  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Authority wishes to procure a Supplier that can design and deliver: • Business transformation (Interim and Target Operating Models) to: o Improve and standardise ways of working across the Authority; o Maximise the use of available resources and enhance staff skills; o Increase organisational efficiency, substantially reduce the significant reliance on paper across the courts and tribunals system and to maximise return on investment by the Authority; o Support the Authority to deliver cultural changes required to embed new ways of working, secure the confidence and participation of key stakeholders and justice partners to operate within a digital-first environment; o Help deliver improved outcomes; and o Support the delivery of user-centric designed services. • A new digital solution (Themis) that must: o Safeguard the delivery of business-critical services and functions, interfacing or integrating as appropriate with Causeway and other essential digital systems, tools, and services; o Support improved business processes with increased automation and achieve a substantial reduction on the reliance of paper-based administrative processes, including the lodgement of applications and evidence (which can exceed thousands of pages depending on case type). o Provide GDPR (General Data Protection Regulation) / information management / security / PCI (Payment Card Industry) compliance whilst reducing the significant need for the storage of paper-based records by the Authority and judiciary. o Provide integrated modern payment, transaction and communication channels that reduce the reliance on paper and traditional channels; o Provide real time management information and automated workflow; and: o Support service delivery reflective of the new operating model design and service user needs.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £45,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The contract will have an option to extend (subject to the terms of the contract and the performance of the

successful Economic Operator) for 6 years followed by a further optional extension period of up to 3 years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

Candidates will be assessed in accordance with Regulation 58 of the Public Contract Regulations 2015 as set out in the Information Memorandum. A selection process will be used to identify economic operators, who having submitted a response to the Selection Questionnaire, sufficiently demonstrate to the Department’s satisfaction the appropriate technical and professional ability, economic, financial and legal standing to meet the requirements of the contract.

two.2.10) Information about variants

Variants will be accepted: No

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

two.2.14) Additional information

The figure provided at II.1.5 and II.2.6 is a maximum estimated contract value that reflects the potential scale of the contract and takes into account optional extension periods and the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. This contract will not be awarded in Lots as a single supplier is required.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Candidates will be assessed in accordance with Regulation 58 of the Public Contract Regulations 2015 as set out in the Information Memorandum. A selection process will also be used to identify economic operators, who having submitted a response to the Selection Questionnaire, sufficiently demonstrate to the Department’s satisfaction the appropriate technical and professional ability, economic, financial and legal standing to meet the requirements of the contract.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The appointment to the contract will be subject to the preferred supplier demonstrating that the minimum requirements specified in the selection questionnaire continue to be met and that there being no material adverse change to the standing of the supplier. The appointment will also be subject to all other necessary due diligence being carried out by the Authority. Contract performance will be subject to the conditions specified in the contract and the successful Supplier’s performance on the contract will be regularly monitored.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

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

3 April 2023

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 September 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This competition is being conducted in accordance with the Public Contracts Regulations 2015 (“the Regulations”) and the Contracting Authority will seek to use the competitive dialogue procedure which is governed by Regulation 30 of the Regulations. Further information on the competition and how the dialogue phase will be structured will be set out in the Information Memorandum and the Invitation to Competitive Dialogue (“ICD“) which will be issued to those economic operators who advance in the procurement following the evaluation of the responses to the Selection Questionnaire. In addition to the optional services, the Department reserves the right to modify and vary the contract to provide for additional services that are complementary to the services to be provided such as:. - Services. that allow for enhancements and developments to be created, implemented and maintained throughout the system;. - Services that. allow for new service modules to be added to the system;. - Services that develop, assist, maintain and improve the functionality of the. system;. - Services to facilitate, assist and support the integration of the system with other systems and/or other systems. used by the Northern Ireland Civil Service;. - Services to support the inclusion and maintenance of additional users of the system;. -. Services to communicate and correspond with stakeholders and users of the system, such as electronic messaging and postal services;.. - Services providing for the administration, tracing, collection and recovery of monetary penalties and fees;. - Services. providing for the recording, management, processing and storage of monies; and. - Services providing for and enabling adjustments. to the system to reflect legislative, operational and technological developments. Following the award of the Contract, the Department reserves the right to resort to the negotiated procedure without prior publication of a contract. notice pursuant to Regulation 32 (9) of the Regulations. . . Please note the Department will be holding an information session on 13 March 2023 for those economic operators who express an interest in participating in the competition. Please see the IM for further details and how to. register attendance.

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

Belfast

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..