Tender

ID 5448223 - DoF - Provision of CHECK Services

  • Department of Finance DoF

F02: Contract notice

Notice identifier: 2025/S 000-007008

Procurement identifier (OCID): ocds-h6vhtk-04e763

Published 21 February 2025, 4:38pm



Section one: Contracting authority

one.1) Name and addresses

Department of Finance DoF

Craigantlet Buildings, Stoney Road

BELFAST

BT4 3SX

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

ssdadmin.cpd@finance-ni.gov.uk

Country

United Kingdom

Region 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 to the above-mentioned address

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 5448223 - DoF - Provision of CHECK Services

Reference number

ID 5448223

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 Department of Finance, for itself and on behalf of other public sector organisations in Northern Ireland, is establishing a Contract with suitable Supplier for the provision of CHECK Services on a Call-Off basis as defined within this Specification. A list of all participating Bodies (Buyer(s)) who can call-Off this Contract can be found in the Specification Document at Annex A. This is a Call- Off Contract for the Provision of CHECK Services. The Contract will be for an initial period of 2 years with options to extend for two further periods of two years each. The Provision of CHECK Services Call-Off Contract services required include, but are not limited to, the following, the provision of CHECK penetration testing services and providing independent verification for Services, Systems and Applications supporting the Buyer(s) business operations on a Call-Off Contract basis. For further details as to the requirements please refer to the document entitled ID 5448223 – Specification.

two.1.5) Estimated total value

Value excluding VAT: £8,200,000

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
  • 72590000 - Computer-related professional services
  • 72800000 - Computer audit and testing services
  • 72810000 - Computer audit services
  • 72820000 - Computer testing services
  • 72700000 - Computer network services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Department of Finance, for itself and on behalf of other public sector organisations in Northern Ireland, is establishing a Contract with suitable Supplier for the provision of CHECK Services on a Call-Off basis as defined within this Specification. A list of all participating Bodies (Buyer(s)) who can call-Off this Contract can be found in the Specification Document at Annex A. This is a Call- Off Contract for the Provision of CHECK Services. The Contract will be for an initial period of 2 years with options to extend for two further periods of two years each. The Provision of CHECK Services Call-Off Contract services required include, but are not limited to, the following, the provision of CHECK penetration testing services and providing independent verification for Services, Systems and Applications supporting the Buyer(s) business operations on a Call-Off Contract basis. For further details as to the requirements please refer to the document entitled ID 5448223 – Specification.

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: £8,200,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This Contract is for an initial period of 2 years with 2 further optional extension periods 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

This Contract is for an initial period of 2 years with 2 further optional extension periods 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

two.2.14) Additional information

The figure indicated in Section II 1.5 represents the maximum contract value. This value reflects the potential scale of the Contract and takes into account potential optional extension periods as detailed in the tender documents. However, as this is demand driven there is no guarantee to the level of work. The estimated contract value is an estimated range between £5m and £8.2m which will be determined by the usage off the contract. This figure does not however take into account the application of indexation. This is a Contract for the provision of Check Services on a Call-Off basis. For a list of participating bodies whom may avail of this Contract, please refer to Annex A of the Specification Document. . Neither CPD nor the Authority can provide any guarantee as to the level of business under this Contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

27 March 2025

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: 25 June 2025

four.2.7) Conditions for opening of tenders

Date

27 March 2025

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions

six.3) Additional information

Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. 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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of. up to three years.. . "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 such bodies with responsibility for appeal/mediation procedures. 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 as amended.

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 (as amended) 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.