Section one: Contracting authority
one.1) Name and addresses
NI Local Government Officers' Superannuation Committee
Templeton House, 411 Holywood Road
BELFAST
BT4 2LP
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
https://etendersni.gov.uk/epps
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 electronically via
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 3416855 - DfC - NILGOSC - Provision, Implementation and Support of an Integrated Finance/Procurement/Contract Management Solution
Reference number
ID 3416855
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
Northern Ireland Local Government Officers' Superannuation Committee (NILGOSC) wish to procure a COTS solution for the provision, Implementation and Support of an Integrated Finance/Procurement/Contract Management System. A managed solution is required which will transform its current business tools and processes and deliver efficiencies by exploiting current and emerging technology matched to the current and future needs of NILGOSC’s business. The deliverables required of this project are: • Provision, Implementation and Support of a finance, procurement and contract management solution • The proposed solution must enable users to utilise the latest technologies and e-business developments • The Proposed solution must Integrate with NILGOSC existing third-party platforms • The Contractor must provide Data Migration from legacy platforms into the new solution during implementation phase. • The Contractor must provide user training for NILGOSC staff. • The Contractor must proactively engage with NILGOSC to recommend development/upgrades to ensure the business solution exploits emerging technological advancements for the benefit of the NILGOSC pension fund model and continues to grow with the needs of the business throughout the life of the contract. The Contractor must provide enhancements/upgrades to the client if and when required throughout the life of the contract.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48400000 - Business transaction and personal business software package
- 72500000 - Computer-related services
- 72600000 - Computer support and consultancy services
- 48900000 - Miscellaneous software package and computer systems
- 48100000 - Industry specific software package
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Northern Ireland Local Government Officers' Superannuation Committee (NILGOSC) wish to procure a COTS solution for the provision, Implementation and Support of an Integrated Finance/Procurement/Contract Management System. A managed solution is required which will transform its current business tools and processes and deliver efficiencies by exploiting current and emerging technology matched to the current and future needs of NILGOSC’s business. The deliverables required of this project are: • Provision, Implementation and Support of a finance, procurement and contract management solution • The proposed solution must enable users to utilise the latest technologies and e-business developments • The Proposed solution must Integrate with NILGOSC existing third-party platforms • The Contractor must provide Data Migration from legacy platforms into the new solution during implementation phase. • The Contractor must provide user training for NILGOSC staff. • The Contractor must proactively engage with NILGOSC to recommend development/upgrades to ensure the business solution exploits emerging technological advancements for the benefit of the NILGOSC pension fund model and continues to grow with the needs of the business throughout the life of the contract. The Contractor must provide enhancements/upgrades to the client if and when required throughout the life of the contract.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria / Weighting: 65
Cost criterion - Name: Price / Weighting: 35
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
66
This contract is subject to renewal
Yes
Description of renewals
This contract will be potentially be due to be re-procured after initial contract period or following any extension period
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 of 5 years and 6 months there will be an option to extend the contract for a further two periods. A 3 year extension and then a 2 year extension; 5 yrs 6 months (+ 3yrs + 2 yrs).
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 estimated value of this contract is in the range of £300K - £400K (over a 10 year 6 month period). NILGOSC currently have business case approval for £300,000 excluding VAT.
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
9 August 2021
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: 7 November 2021
four.2.7) Conditions for opening of tenders
Date
9 August 2021
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
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 3 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. 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 special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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
United Kingdom
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 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