Section one: Contracting authority
one.1) Name and addresses
Department for Communities - Sport Northern Ireland
House of Sport, 2A Upper Malone Road
BELFAST
BT9 5LA
Contact
SSDAdmin.CPDfinance-ni.gov.uk
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://etendersni.gov.uk/epps
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
DfC Sport NI - Performance Sport Tracking Support System
Reference number
ID 4124219
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
Sport Northern Ireland wishes to acquire a Performance Sport Tracking Support System in order to: • Maintain a Performance Sport Tracking Support System and provide access to Sport NI; • Provide a service desk facility for day-to-day support; and • Provide training (online and onsite if required) and documentation for staff in the use of the proposed solution. This will enable access to a comprehensive database of performance results that are relevant to Sport NI and access to analytical tools that enable its staff to deliver services such as results monitoring and benchmarking, talent identification, forecasting, predictive analysis, and reporting. Staff from Sport NI will use the information provided by the system to monitor, manage and allocate investments in sport high performance programmes and to optimise return on Sport NI investment in performance sport. This contract will run for an initial period of two years plus two optional extension periods of up to twelve months each.
two.1.5) Estimated total value
Value excluding VAT: £231,000
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
- 72230000 - Custom software development services
- 72232000 - Development of transaction processing and custom software
- 72250000 - System and support services
- 72260000 - Software-related services
- 72300000 - Data services
- 72310000 - Data-processing services
- 72312100 - Data preparation services
- 72313000 - Data capture services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Sport Northern Ireland wishes to acquire a Performance Sport Tracking Support System in order to: • Maintain a Performance Sport Tracking Support System and provide access to Sport NI; • Provide a service desk facility for day-to-day support; and • Provide training (online and onsite if required) and documentation for staff in the use of the proposed solution. This will enable access to a comprehensive database of performance results that are relevant to Sport NI and access to analytical tools that enable its staff to deliver services such as results monitoring and benchmarking, talent identification, forecasting, predictive analysis, and reporting. Staff from Sport NI will use the information provided by the system to monitor, manage and allocate investments in sport high performance programmes and to optimise return on Sport NI investment in performance sport. This contract will run for an initial period of two years plus two optional extension periods of up to twelve months each.
two.2.5) Award criteria
Quality criterion - Name: AC1 Methodology / Weighting: 16
Quality criterion - Name: AC2 Key Personnel Experience / Weighting: 12
Quality criterion - Name: AC3 Contract Management / Weighting: 6
Quality criterion - Name: AC4 Social Value Methodology / Weighting: 6
Cost criterion - Name: AC5 Total Contract Cost / Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £231,000
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
The contract is anticipated to be renewed on expiry of the final contract period and prior to August 2026.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After the initial contract period, there are 2 options to extend for 1 year 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 Contractor must comply with the specification in full.
Section three. Legal, economic, financial and technical information
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Client will monitor the Contractor’s performance against the agreed Key Performance Indicators as detailed in the Commercial Conditions of Contract Schedule for ICT Schedule 5 – Contract and Service Management.
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
30 June 2022
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: 28 September 2022
four.2.7) Conditions for opening of tenders
Date
30 June 2022
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: 3 months prior to expiry of this contract anticipated to be May 2026.
six.3) Additional information
Contract Monitoring. 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.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures.
As above
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.