Section one: Contracting authority
one.1) Name and addresses
Victim and Survivors Service Northern Ireland
1st Floor Seatem House 28-32 Alfred Street
BELFAST
BT2 8EN
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UKN - Northern Ireland
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 5218836 - TEO - VVSNI - Support, Maintenance and Development of the Victims and Survivors Service Management Information System
Reference number
ID 5218836
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 Victims and Survivors Service (VSS) delivers support and services to improve the health and wellbeing of victims and survivors. VSS deliver funding and support on behalf of The Executive Office and provide help and assistance to the Victims, Survivors and those impacted by Troubles, Conflict, Historical Institutional Abuse and Mother and Baby Institutions, Magdalene Laundries and Workhouses. VSS are seeking a supplier for the provision of Support, Maintenance and Development of the Victim Information Management (VIM) System, a bespoke MS Dynamics-based CRM system. This system was implemented in 2017 and currently runs on Microsoft Dynamics 365 Version 2104 (9.1.24.11) (DB 9.1.24.11) on-premises. The Supplier is required to provide a fully managed (end to end) Support Service. This will include all aspects of support and maintenance as well as changes to, and enhancements of, all aspects of the Service
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: £151,000
two.2) Description
two.2.2) Additional CPV code(s)
- 72400000 - Internet services
- 72500000 - Computer-related services
- 72212780 - System, storage and content management software development services
- 72212783 - Content management software development services
- 48000000 - Software package and information systems
- 48600000 - Database and operating software package
- 48800000 - Information systems and servers
- 48780000 - System, storage and content management software package
- 72222300 - Information technology services
- 72212731 - File security software development services
- 72212732 - Data security software development services
- 72700000 - Computer network services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Victims and Survivors Service (VSS) delivers support and services to improve the health and wellbeing of victims and survivors. VSS deliver funding and support on behalf of The Executive Office and provide help and assistance to the Victims, Survivors and those impacted by Troubles, Conflict, Historical Institutional Abuse and Mother and Baby Institutions, Magdalene Laundries and Workhouses. VSS are seeking a supplier for the provision of Support, Maintenance and Development of the Victim Information Management (VIM) System, a bespoke MS Dynamics-based CRM system. This system was implemented in 2017 and currently runs on Microsoft Dynamics 365 Version 2104 (9.1.24.11) (DB 9.1.24.11) on-premises. The Supplier is required to provide a fully managed (end to end) Support Service. This will include all aspects of support and maintenance as well as changes to, and enhancements of, all aspects of the Service
two.2.5) Award criteria
Quality criterion - Name: AC1 Proposed Account Manager Experience / Weighting: 24.5
Quality criterion - Name: AC2 Service Delivery and Contract Management / Weighting: 24.5
Quality criterion - Name: AC3 Social Value / Weighting: 10.5
Quality criterion - Name: AC4 System Maintenance / Weighting: 5.6
Quality criterion - Name: AC5 GDPR / Weighting: 4.9
Cost criterion - Name: AC6 Total Contract Price / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The initial contract duration is for two years with three additional options to extend for up to 12 months on each occasion.
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-035023
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
3 April 2025
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
ENDEAVOUR INFORMATION SOLUTIONS
14-18 Great Victoria Street
Belfast
BT2 7BA
Telephone
+44 2890311010
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
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: £151,667
Total value of the contract/lot: £151,000
Section six. Complementary information
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 for a period of three years from the date of issue.
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 complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.