Contract

ID 4849859 DoJ - Causeway Procurement Delivery Partner

  • The Department of Justice

F03: Contract award notice

Notice identifier: 2023/S 000-030955

Procurement identifier (OCID): ocds-h6vhtk-03ee73

Published 20 October 2023, 8:22am



Section one: Contracting authority

one.1) Name and addresses

The Department of Justice

c/o Clare House Supplies and Services Division, 303 Airport Road West

BELFAST

BT3 9ED

Email

SSDAdmin.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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 4849859 DoJ - Causeway Procurement Delivery Partner

Reference number

4849859

two.1.2) Main CPV code

  • 79410000 - Business and management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Justice (DoJ) is seeking to appoint a Contractor with expertise on ICT industry best practice and standards, trends, advancements and use of the latest technology. The Contractor will act as a critical friend for the Causeway Procurement Project Team providing services through the Pre-Market Engagement Exercise, Pre-Procurement, Procurement and Implementation stages of the major digital solution. The contract period will be for an initial period of three years with three options to extend for any period, up to and including, twelve months each. There is no guarantee as to the level of work to be carried out under this 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: £250,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79418000 - Procurement consultancy services
  • 72220000 - Systems and technical consultancy services
  • 79400000 - Business and management consultancy and related services
  • 73200000 - Research and development consultancy services
  • 73220000 - Development consultancy services
  • 73210000 - Research consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 72600000 - Computer support and consultancy services
  • 79411000 - General management consultancy services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72260000 - Software-related services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Department of Justice (DoJ) is seeking to appoint a Contractor with expertise on ICT industry best practice and standards, trends, advancements and use of the latest technology. The Contractor will act as a critical friend for the Causeway Procurement Project Team providing services through the Pre-Market Engagement Exercise, Pre-Procurement, Procurement and Implementation stages of the major digital solution. The contract period will be for an initial period of three years with three options to extend for any period, up to and including, twelve months each. There is no guarantee as to the level of work to be carried out under this contract.

two.2.5) Award criteria

Quality criterion - Name: AC1 Proposed Key Personnel Experience / Weighting: 44.8

Quality criterion - Name: AC2 Contract Management and Contingency / Weighting: 14.7

Quality criterion - Name: AC3 Social Value / Weighting: 10.5

Cost criterion - Name: AC4 Total Contract Price / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

There are three options to extend for any period up to, and including, twelve 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: 2023/S 000-023306


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

19 October 2023

five.2.2) Information about tenders

Number of tenders received: 6

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: 6

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

five.2.3) Name and address of the contractor

redacted

redacted

Email

SSDAdmin.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: £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 such bodies with responsibility for appeal/mediation procedures.

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.