Awarded contract

ID 3416855 - DfC - NILGOSC - Provision, Implementation and Support of an Integrated Finance/Procurement/Contract Management Solution

  • NI Local Government Officers' Superannuation Committee

F03: Contract award notice

Notice reference: 2021/S 000-024310

Published 30 September 2021, 1:44pm



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

Email

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.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

  • 72500000 - Computer-related services

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.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £474,979

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
  • 72000000 - IT services: consulting, software development, Internet and support
  • 48900000 - Miscellaneous software package and computer systems
  • 48100000 - Industry specific software package

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: Quantitative Criteria / Weighting: 35

two.2.11) Information about options

Options: Yes

Description of options

After the initial contract period of 5 years and 6 months which includes implementation period 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-015747


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 September 2021

five.2.2) Information about tenders

Number of tenders received: 1

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: 1

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

five.2.3) Name and address of the contractor

SHERWOOD SYSTEMS LIMITED

Unit C, Forestview, 6 Purdy's Lane

BELFAST

BT8 7AR

Email

info@sherwoodsys.com

Telephone

+44 2890668585

Fax

+44 2890665547

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

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: £300,000

Total value of the contract/lot: £474,979


Section six. Complementary information

six.3) Additional information

The initial 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. . 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 as amended

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 (where appropriate) (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..