Section one: Contracting authority
one.1) Name and addresses
The Department of Justice, NI Courts and Tribunal Service NICTS
c/o Clare House Supplies and Services Division, 303 Airport Road West
BELFAST
BT3 9ED
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 4291692 DOJ NICTS - IT support for eJudiciaryNI Office 365
Reference number
ID 4291692
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
NI Courts and Tribunals Service is seeking to establish a contract to provide IT support and maintenance for their eJudiciaryNI solution which has been developed on the Office 365 platform. This will be a 3-year initial contract period and is expected to commence on 1st December 2022 with two options to extend for any period up to, and including, one year each.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72220000 - Systems and technical consultancy services
- 72253200 - Systems support services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
NI Courts and Tribunals Service is seeking to establish a contract to provide IT support and maintenance for their eJudiciaryNI solution which has been developed on the Office 365 platform. This will be a 3-year initial contract period and is expected to commence on 1st December 2022 with two options to extend for any period up to, and including, one year each.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There are two options to extend for (any period up to, and including) 12 months 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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
15 August 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: 13 November 2022
four.2.7) Conditions for opening of tenders
Date
15 August 2022
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract,. however, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting. Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses. incurred by them. or by any third party acting under instructions from the Economic Operator in connection with taking part in this. procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the. procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator. shall have no legitimate. expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed. by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. The successful contractor’s performance on the contract will be regularly monitored. 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 will 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. twelve months. from the date of issue of the Notice.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice in Northern Ireland, Royal Courts of Justice
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will comply with the requirements of the Public Contracts Regulations 2015 (as amended) and, where applicable, will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to all Economic Operators.