Contract

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

  • General Teaching Council for Northern Ireland

F03: Contract award notice

Notice identifier: 2022/S 000-024204

Procurement identifier (OCID): ocds-h6vhtk-034210

Published 30 August 2022, 4:34pm



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

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.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 has 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. Approximately 500 NI students and 500 applicants outside NI are added to the system each year. This procurement will provide a new system to: • 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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,086,391.86

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 has 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. Approximately 500 NI students and 500 applicants outside NI are added to the system each year. This procurement will provide a new system to: • 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.

two.2.5) Award criteria

Quality criterion - Name: Technical Solution / Weighting: 18

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

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

Quality criterion - Name: Project Team / Weighting: 6

Quality criterion - Name: Data Migration / Weighting: 6

Quality criterion - Name: Data Protection / Weighting: 3

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

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


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-015210


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 August 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

FORTESIUM LIMITED

The Old Church 32 Byron Hill Road

HARROW

HA2 0HY

Email

helpdesk@fortesium.co.uk

Telephone

+44 02033973712

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.fortesium.co.uk/index.html

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,170,000

Total value of the contract/lot: £1,086,391.86


Section six. Complementary information

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.

UK

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.