Award

ID 1599587 DoF-DSS-Digital Toolkit Support and Development

  • Department of Finance — Digital Shared Services

F15: Voluntary ex ante transparency notice

Notice identifier: 2023/S 000-035016

Procurement identifier (OCID): ocds-h6vhtk-041d32

Published 28 November 2023, 10:16am



Section one: Contracting authority/entity

one.1) Name and addresses

Department of Finance — Digital Shared Services

Goodwood House, 52 May Street

BELFAST

BT1 4NN

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.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 1599587 DoF-DSS-Digital Toolkit Support and Development

Reference number

1599587

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 Department Finance (DoF) is seeking to procure a contractor to provide NICS and digital shared services with the facility to develop and deliver digital solutions to meet strategic objectives in the most cost effective way through use of the digital toolkit. The services required include application development, testing, user experience, enterprise solutions, delivery, support and data analytics. The external ICT support services will assist the department in the delivery of a complex, interdependent and high profile portfolio of ICT enabled change programmes.

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: £11,000,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Department Finance (DoF) is seeking to procure a contractor to provide NICS and digital shared services

with the facility to develop and deliver digital solutions to meet strategic objectives in the most cost effective way through use of the digital toolkit. The services required include application development, testing, user experience, enterprise solutions, delivery, support and data analytics. The external ICT support services will assist the Department in the delivery of a complex, interdependent and high profile portfolio of ICT enabled change programmes.

two.2.5) Award criteria

Quality criterion - Name: As Per The Tender Documents / Weighting: 70

Cost criterion - Name: As Per The Tender Documents / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The client may at any time before the completion of the contract period invite the contractor to agree to extend for any period up to and including 24 months commencing from the termination date of the original contract period

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

Contract estimated spend is between the range of 5 500 000 GBP — 11 000 000 GBP. Actual spend will be dependent on customer uptake and volume of work


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

As the supplier holds exclusive rights to the IDHub and are currently undertaking a range of development services (ie Public appointments, PRONI invoicing, Fireworks licensing etc) which due to technical necessity must be permitted to continue to allow for transition of all services to in-house ITA EDD over the next two years.

Regulation 72(1) (b) Additional works, services or supplies “have become necessary” and were not included in the initial procurement and a change of supplier would not be practicable (for economic, technical or interoperability reasons) and would involve substantial inconvenience/duplication of costs - provided the change does not exceed 50% of the value of the original contract.

The increased additional expenditure is within the 50% cap of the original contract. This will permit the ITA EDD to continue critical services. This modification request is for £2,240,000

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: 2019/S 066-155334


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

12 March 2019

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

Stiona Software Ltd

Account Direct Ltd Elsinore House

Aylesbury

HP20 2NQ

Email

stuartm@stiona.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £11,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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.

Belfast

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 (as amended) 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..