Tender

DOJ SPD - Provision of a Case Management System for the State Pathologist's Department

  • Department of Justice - State Pathologist's Department

F02: Contract notice

Notice identifier: 2021/S 000-029706

Procurement identifier (OCID): ocds-h6vhtk-02fb7b

Published 30 November 2021, 3:05pm



Section one: Contracting authority

one.1) Name and addresses

Department of Justice - State Pathologist's Department

Royal Victoria Hospital

BELFAST

BT12 6BN

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.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

DOJ SPD - Provision of a Case Management System for the State Pathologist's Department

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

DOJ SPD - Case Management System for the State Pathologist's Department.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72200000 - Software programming and consultancy services
  • 72210000 - Programming services of packaged software products
  • 72230000 - Custom software development services
  • 72250000 - System and support services
  • 72260000 - Software-related services
  • 72262000 - Software development services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72268000 - Software supply services
  • 72211000 - Programming services of systems and user software
  • 72212100 - Industry specific software development services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

DOJ SPD - Case Management System for the State Pathologist's Department.

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 60

Cost criterion - Name: Quantitative Criterion / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

90

This contract is subject to renewal

Yes

Description of renewals

This contract will start on the Contract Commencement date and will run for an initial period of 7.5 years, this is to include a 18 month implementation period followed by 6 years’ Service Commencement. There are 3 optional extension periods of 2 year each i.e. 2 + 2 + 2.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This contract will start on the Contract Commencement date and will run for an initial period of 7.5 years, this is to include a 18 month implementation period followed by 6 years’ Service Commencement. There are 3 optional extension periods of 2 year each i.e. 2 + 2 + 2.

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 core function of the State Pathologist’s Department (SPD) is to provide an autopsy service for the Coroners Service for Northern Ireland. The SPD also has an important role in providing advice and guidance in other areas of forensic medicine to the police service, DOJ and courts. The SPD is an essential component of the justice system and carries out on average 1,300 Coronial Post Mortem Examinations per annum. The State Pathologist and his department operate under Article 11(1) of the Criminal Justice (Northern Ireland) Order 1980 and the statutory duties of the SPD are set out within the Coroners Act 1959 and Coroners (Practice and Procedure) Rules (NI) 1963. The Department of Justice (DOJ) is responsible for employing forensic pathologists. The primary role of the SPD is to carry out autopsies to determine the cause of death when it occurs suddenly, suspiciously or unnaturally, preparing autopsy reports, and giving evidence at coroner inquests. The SPD supports the Police Service of Northern Ireland (PSNI) and the Public Prosecution Service of Northern Ireland (PPS) by attending scenes of death or crime, providing expert forensic pathology opinion and advice and giving evidence in court. In addition, the SPD uses valuable knowledge and information gained from post-mortem examinations to develop and refine forensic pathology techniques, improve the treatment and healthcare of patients and in the prevention of further similar deaths.. A bespoke Case Management System (CMS) has been in operation since 2006. The system in place was initially designed as an electronic database to track case related information. It includes an email facility and standard Microsoft applications managed by IT Assist. It is a strategic priority to replace the current CMS with a flexible and adaptable system that allows SPD to deliver on its statutory obligations.. The Contractor must provide, develop and implement (including testing and data migration) and support a CMS solution that provides a robust new modernised CMS which enhances the extent and quality of management information and produces required data in a timely manner. The Objectives of this project are:. . • Compliance with relevant information assurance and information security policies;. • Improved contract and technological flexibility;. • Implementation of robust business continuity and disaster recovery arrangements for this line of business application;. • Implementation of an electronic track and trace system that meets the requirements of the Human Tissue Authority; and. • The ability to generate meaningful management information.


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

4 January 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: 4 April 2022

four.2.7) Conditions for opening of tenders

Date

4 January 2022

Local time

3:30pm

Information about authorised persons and opening procedure

Construction and Procurement Delivery Authorised Personnel


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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 figure indicated in II.1.5. represents an estimated contract value £1m and may increase during the life of the contract to accommodate changes in processing penalty charge notifications, continuous improvements and advancements in technology. Any increases/modifications will be managed in accordance with the relevant public procurement regulations. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for Economic. Operators when submitting a bid for this competition. In addition, neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. 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

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 (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.