Tender

DfC Sport NI - Performance Sport Tracking Support System

  • Department for Communities - Sport Northern Ireland

F02: Contract notice

Notice identifier: 2022/S 000-014887

Procurement identifier (OCID): ocds-h6vhtk-0340cd

Published 27 May 2022, 12:37pm



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

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.sportni.net

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.