Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Project 19591- DETI - Replacement of Insolvency Service's ICT System.

  • First published: 13 May 2015
  • Last modified: 13 May 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Department of Enterprise, Trade and Investment
Authority ID:
AA21311
Publication date:
13 May 2015
Deadline date:
20 July 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This broad scope of the procurement relates to the replacement of the DETI Insolvency Service ICT system. The system will be the primary source of management information within the Insolvency Service. A critical aspect is the ability to provide reports on performance against targets set by management.

The successful tenderer will be required to work in partnership with the Insolvency Service to develop and implement the proposed solution.

It is a requirement that the proposed solution as a minimum fully meets the needs of the current system as listed in the mandatory requirements.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Department of Enterprise Trade and Investment

Fermanagh House, 20a Ormeau Avenue

Belfast

BT2 8NJ

UK

UKN Nuts Code

McCann Stephen


stephen.mccann@dfpni.gov.uk


www.detni.gov.uk

http://www.dfpni.gov.uk/cpd

https://e-sourcingni.bravosolution.co.uk
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Project 19591- DETI - Replacement of Insolvency Service's ICT System.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

7

II.1.2)

Main site or location of works, place of delivery or performance

Department of Enterprise Trade and InvestmentFermanagh House,20a Ormeau Avenue,Belfast,BT2 8NJ.



UKN

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

This broad scope of the procurement relates to the replacement of the DETI Insolvency Service ICT system. The system will be the primary source of management information within the Insolvency Service. A critical aspect is the ability to provide reports on performance against targets set by management.

The successful tenderer will be required to work in partnership with the Insolvency Service to develop and implement the proposed solution.

It is a requirement that the proposed solution as a minimum fully meets the needs of the current system as listed in the mandatory requirements.

II.1.6)

Common Procurement Vocabulary (CPV)

72200000
72210000
72212170
72212218
72212000
72211000
72212100

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The initial contract period is 5 years. There is a potential for 2 further extensions. The first of 3 years the second for a further 2 years. Prices must be fixed for the initial contract period.

Prior to the expiry of the second extension period, the client will assess whether the solution is still fit for purpose and meets the organisations needs. Subject to this approval and obtaining the additional budget, the client may extend the contract for a further rolling period of up to 1 year each at the end of which, a further review will take place prior to a further extension commencing. Each extension period will incorporate the support, maintenance and upgrade/enhancement of the solution.

2 366 660
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

60

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

N/A.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As per Tender documents.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Joint and several liability.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


III.2.2)

Economic and financial capacity


As per the tender documents.




III.2.3)

Technical capacity


As per the tender documents.



Company Experience

Please provide details of 1 project implemented, supported and maintained related to an ICT fully managed service provision that demonstrates the tenderer's ability to successfully deliver managed services of a similar scope and scale to the services set out in the Statement of Requirements (SoR). For the example provided please supply the following details:

(a) Organisation;

(b) Description of solution provided;

(c) Service model provided;

(d) Number of sites and users supported;

(e) Approach and methodologies used for transition / implementation;

(f) Approach and methodologies used for training;

(g) Approach and methodologies used for managing a number of stakeholder organisations;

(h) Annual Contract Value; and

(i) Duration of contract and time-scales.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

Project 19591

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 20-07-2015  15:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 20-07-2015  15:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



Only CPD Procurement Staff with access to the project on eSourcingNI.

 20-7-2015  15:01
Central Procurement DirectorateStephen McCannClare House, 303 Airport Road WestBT3 9EDBelfast

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register – Accept the terms and conditions and click ‘I agree' – Enter your correct business and user details – Note the username you chose and click ‘Save' when complete – You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender – Login to the portal with the username/password – Click the ‘PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) – Click on the relevant PQQ/ ITT to access the content. – Click the ‘Express Interest' button at the top of the page. – This will move the PQQ /ITT into your ‘My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) – You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITT Details' box 3. Responding to the tender – Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining) – You can now use the ‘Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the on-screen instructions to complete the PQQ/ ITT – There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

The use of lots was deemed not appropriate for this project due to its specialist nature.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

CPD will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into

The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

Any such action must general be brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Authority has communicated the award of the contract and a summary reason to tenders, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into the court may order the setting aside of the award decision or order the Authority to amend any documents and may award damages. If the contract has been entered into the Court may, depending on the circumstance, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract to be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 07-05-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Department of Finance and Personnel Northern Ireland




UK

Stephen McCann


stephen.mccann@dfpni.gov.uk

https://e-sourcingni.bravosolution.co.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



Department of Finance and Personnel Northern Ireland





Stephen McCann



https://e-sourcingni.bravosolution.co.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Department of Finance and Personnel Northern Ireland





Stephen McCann



https://e-sourcingni.bravosolution.co.uk

Coding

Commodity categories

ID Title Parent category
72212170 Compliance software development services Programming services of application software
72212100 Industry specific software development services Programming services of application software
72212218 License management software development services Programming services of application software
72212000 Programming services of application software Programming services of packaged software products
72210000 Programming services of packaged software products Software programming and consultancy services
72211000 Programming services of systems and user software Programming services of packaged software products
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
stephen.mccann@dfpni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.