Section one: Contracting authority
one.1) Name and addresses
Department of Justice, Northern Ireland Courts and Tribunals Service
Laganside House, Oxford Street
BELFAST
BT1 3LL
Contact
Strategic Delivery Team
StrategicDelivery.CPD@finance-ni.gov.uk
Country
United Kingdom
Region 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
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 3971947 DoJ - NICTS Business Solution - Themis
Reference number
ID 3971947
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
The Authority wishes to procure a Supplier that can design and deliver: • Business transformation (Interim and Target Operating Models) to: o Improve and standardise ways of working across the Authority; o Maximise the use of available resources and enhance staff skills; o Increase organisational efficiency, substantially reduce the significant reliance on paper across the courts and tribunals system and to maximise return on investment by the Authority; o Support the Authority to deliver cultural changes required to embed new ways of working, secure the confidence and participation of key stakeholders and justice partners to operate within a digital-first environment; o Help deliver improved outcomes; and o Support the delivery of user-centric designed services. • A new digital solution (Themis) that must: o Safeguard the delivery of business-critical services and functions, interfacing or integrating as appropriate with Causeway and other essential digital systems, tools, and services; o Support improved business processes with increased automation and achieve a substantial reduction on the reliance of paper-based administrative processes, including the lodgement of applications and evidence (which can exceed thousands of pages depending on case type). o Provide GDPR (General Data Protection Regulation) / information management / security / PCI (Payment Card Industry) compliance whilst reducing the significant need for the storage of paper-based records by the Authority and judiciary. o Provide integrated modern payment, transaction and communication channels that reduce the reliance on paper and traditional channels; o Provide real time management information and automated workflow; and: o Support service delivery reflective of the new operating model design and service user needs.
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: £85,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 48100000 - Industry specific software package
- 48600000 - Database and operating software package
- 48810000 - Information systems
- 48820000 - Servers
- 72000000 - IT services: consulting, software development, Internet and support
- 72200000 - Software programming and consultancy services
- 72230000 - Custom software development services
- 72210000 - Programming services of packaged software products
- 72250000 - System and support services
- 72253000 - Helpdesk and support services
- 72260000 - Software-related services
- 72261000 - Software support services
- 72262000 - Software development services
- 72263000 - Software implementation services
- 72264000 - Software reproduction services
- 72265000 - Software configuration services
- 72266000 - Software consultancy services
- 72267000 - Software maintenance and repair services
- 72267100 - Maintenance of information technology software
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Authority wishes to procure a Supplier that can design and deliver: • Business transformation (Interim and Target Operating Models) to: o Improve and standardise ways of working across the Authority; o Maximise the use of available resources and enhance staff skills; o Increase organisational efficiency, substantially reduce the significant reliance on paper across the courts and tribunals system and to maximise return on investment by the Authority; o Support the Authority to deliver cultural changes required to embed new ways of working, secure the confidence and participation of key stakeholders and justice partners to operate within a digital-first environment; o Help deliver improved outcomes; and o Support the delivery of user-centric designed services. • A new digital solution (Themis) that must: o Safeguard the delivery of business-critical services and functions, interfacing or integrating as appropriate with Causeway and other essential digital systems, tools, and services; o Support improved business processes with increased automation and achieve a substantial reduction on the reliance of paper-based administrative processes, including the lodgement of applications and evidence (which can exceed thousands of pages depending on case type). o Provide GDPR (General Data Protection Regulation) / information management / security / PCI (Payment Card Industry) compliance whilst reducing the significant need for the storage of paper-based records by the Authority and judiciary. o Provide integrated modern payment, transaction and communication channels that reduce the reliance on paper and traditional channels; o Provide real time management information and automated workflow; and: o Support service delivery reflective of the new operating model design and service user needs.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria - as detailed in the tender documents / Weighting: 70
Cost criterion - Name: Quantitative Criteria - as detailed in the tender documents / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The contract will have an option to extend subject to the terms of the contract and the performance of the successful Economic Operator for 6 years followed by a further optional extension period of up to 3 years.
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 figure provided at II.1.7 is a maximum estimated contract value that reflects the potential scale of the contract and takes into account optional extension periods and the uptake of potential optional services as detailed in the tender documents. This estimated figure has increased from that included in the Contract Notice as a result of dialogue sessions. Neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. This contract is not being awarded in Lots as a single supplier is required.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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: 2023/S 000-005648
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
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
8 August 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
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
Information withheld for security reasons
Information withheld for security reasons
StrategicDelivery.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £85,000,000
Total value of the contract/lot: £85,000,000
Section six. Complementary information
six.3) Additional information
Contract performance will be subject to the conditions specified in the contract and the successful Supplier’s performance on the contract will be regularly monitored.
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
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days). The notification provide full information on the award decision and evaluation outcome. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.