Contract

ID 4849859 DoJ - Causeway Procurement Delivery Partner

  • The Department of Justice

F20: Modification notice

Notice identifier: 2024/S 000-038715

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

Published 2 December 2024, 11:04am



Section one: Contracting authority/entity

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

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


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.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 at the time of conclusion of the contract:

The Department of Justice (DoJ) appointed 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.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

36

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.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2023/S 000-030955


Section five. Award of contract/concession

Contract No

1

Title

Contract

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

17 October 2023

five.2.2) Information about tenders

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

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

redacted

redacted

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £250,000


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 complied with the Public Contracts Regulations 2015 (as amended).. and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was.. communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful.. tenderers to challenge the award decision before the contract was entered into


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 79410000 - Business and management consultancy services

seven.1.2) 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

seven.1.3) Place of performance

NUTS code
  • UKN - Northern Ireland

seven.1.4) Description of the procurement:

The Department of Justice (DoJ) appointed 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

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

36

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£375,000

seven.1.7) Name and address of the contractor/concessionaire

redacted

redacted

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

DOJ is seeking a modification of £125k to assist the Causeway Procurement Team to produce a detailed, relevant and correct set of requirements to inform the Specification document for the Causeway Procurement 2029 project.

Through this contract modification, the intention is to use the contractor's expertise in the following tasks:

• Facilitation of technical workshops to ascertain the specific requirements;

• Facilitation of strategic workshops to ascertain the requirements for a new Causeway system, relating to the wider digital ambition of the Department and CJOs who use Causeway.

• Attendance at DOJ Senior Management Team meetings and Criminal Justice Board meetings to provide updates on the current position and provide recommendations for the way forward.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

The Regulations permit the modification of a contract where the changes proposed meet one or more of the prescribed tests as set out in Regulation 72. There is reasons to modify this contract in accordance with

Regulation 72(1)(b) Whereby 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.

DoJ requires additional assistance, for the CJOs and the wider department to be clear at the outset of their needs in relation to how Causeway can fulfil wider digital ambitions.

By extending the contract value this will allow DoJ to use the contractor's expertise to facilitate a series of workshops at strategic and technical levels to fully understand the requirements of each organisation, and how these can be best achieved.

The contractor is the contracted Delivery Partner for the Causeway project and they have already built up a significant level of expertise through engaging with the stakeholders and participating in PME sessions. To move to another contractor at this point would be a duplication of cost and effort.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £250,000

Total contract value after the modifications

Value excluding VAT: £375,000