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.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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £250,000
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
Quality criterion - Name: AC1 Social Value / Weighting: 10
Cost criterion - Name: AC2 Total Contract Price / Weighting: 90
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 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 000-019462
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
6 October 2022
five.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ENDEAVOUR INFORMATION SOLUTIONS
14-18 Great Victoria Street
Belfast
BT2 7BA
Telephone
+44 2890311010
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: £250,000
Total value of the contract/lot: £250,000
Section six. Complementary information
six.3) Additional information
The successful Contractor’s performance will be managed as per the specification. and 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 grounds for termination. of the contract at the Contractor's expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of. Unsatisfactory Performance. 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 multiple Notices of Written Warning or Notices 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
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. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations.
Belfast
Country
United Kingdom