Tender

ID 4223589 - DE - GTCNI - Registration and Regulation IT Support System

  • General Teaching Council for Northern Ireland

F02: Contract notice

Notice identifier: 2022/S 000-015210

Procurement identifier (OCID): ocds-h6vhtk-034210

Published 31 May 2022, 1:48pm



Section one: Contracting authority

one.1) Name and addresses

General Teaching Council for Northern Ireland

Albany House, 73-75 Great Victoria Street

BELFAST

BT2 7AF

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.gtcni.org.uk

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

ID 4223589 - DE - GTCNI - Registration and Regulation IT Support System

Reference number

ID 4223589

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

GTCNI rely on the current IT system to support the function of registration. There are currently over 68,000 teacher records held on the system, of which approximately 26,350 are active. All registered individuals have access to the system along with certain employer organisations such as schools and members of the public. Non-active records are reviewed and maintained under GTCNI’s policies, for example procedures for Reinstating a Teacher. Approximately 500 NI students and 500 applicants outside NI are added to the system each year. This procurement is necessary to replace the existing IT solution which has reached end of life and will no longer be fully supported and to provide a new system that will: • Enable the GTCNI to continue to meet its current obligations with regard to the registration and regulation of teachers as set out in the Education (Northern Ireland) Order 1998, Articles 34-41 as amended by the 2003 and 2006 Education (NI) Orders • Allow the GTCNI to respond to current and future business needs • Facilitate a more efficient and proactive role in improving service • Maintain public confidence and trust in the profession. More details of the current solution are included in the Specification Schedule in addition to the detailed requirements for this new solution.

two.1.5) Estimated total value

Value excluding VAT: £1,170,000

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
  • 72220000 - Systems and technical consultancy services
  • 72222000 - Information systems or technology strategic review and planning services
  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

GTCNI rely on the current IT system to support the function of registration. There are currently over 68,000 teacher records held on the system, of which approximately 26,350 are active. All registered individuals have access to the system along with certain employer organisations such as schools and members of the public. Non-active records are reviewed and maintained under GTCNI’s policies, for example procedures for Reinstating a Teacher. Approximately 500 NI students and 500 applicants outside NI are added to the system each year. This procurement is necessary to replace the existing IT solution which has reached end of life and will no longer be fully supported and to provide a new system that will: • Enable the GTCNI to continue to meet its current obligations with regard to the registration and regulation of teachers as set out in the Education (Northern Ireland) Order 1998, Articles 34-41 as amended by the 2003 and 2006 Education (NI) Orders • Allow the GTCNI to respond to current and future business needs • Facilitate a more efficient and proactive role in improving service • Maintain public confidence and trust in the profession. More details of the current solution are included in the Specification Schedule in addition to the detailed requirements for this new solution.

two.2.5) Award criteria

Quality criterion - Name: AC1 Technical Solution / Weighting: 18

Quality criterion - Name: AC2 Project Management and Implementation / Weighting: 18

Quality criterion - Name: AC3 Contract Management and Support and Maintenance / Weighting: 9

Quality criterion - Name: AC4 Project Team / Weighting: 6

Quality criterion - Name: AC5 Data Migration / Weighting: 6

Quality criterion - Name: AC6 Data Protection / Weighting: 3

Cost criterion - Name: AC7 Total Contract Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,170,000

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

Duration in months

60

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 2029.

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 5 year 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.1) Conditions for participation

three.1.3) Technical and professional ability

List and brief description of selection criteria

SC1 Previous Company Experience

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 1 Specification and 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

4 July 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: 2 October 2022

four.2.7) Conditions for opening of tenders

Date

4 July 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 2029.

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.