Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Probation Board for Northern Ireland
80-90 North Street
Belfast
BT1 1LD
UK
E-mail: ICT.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ID 901285 — DoJ PBNI Electronic Case Management System Project
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
The overall aim is to procure, install and migrate to a CMS solution that provides a robust and flexible case management system that will support the effective and efficient management of service user information. PBNI is therefore seeking to appoint a Contractor to deliver, implement, support and maintain a new case management system, interface with other systems and provide customisation as required. This contract will start on the Contract Commencement Date and will run for an initial period of seven (7) years, this is to include a one (1) year implementation period followed by six (6) years following Service Commencement (Go Live). There are also three (3) optional extension periods of one (1) years each.
II.1.5) Estimated total value
Value excluding VAT:
2 330 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48600000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The overall aim is to procure, install and migrate to a CMS solution that provides a robust and flexible case management system that will support the effective and efficient management of service user information. PBNI is therefore seeking to appoint a Contractor to deliver, implement, support and maintain a new case management system, interface with other systems and provide customisation as required. This contract will start on the Contract Commencement Date and will run for an initial period of seven (7) years, this is to include a one (1) year implementation period followed by six (6) years following Service Commencement (Go Live). There are also three (3) optional extension periods of one (1) years each.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 330 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.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 seven (7) years, this is to include a one (1) year implementation period followed by six (6) years following Service Commencement (Go Live). There are also three (3) optional extension periods of one (1) years each.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The figure indicated in II.2.6 represents the upper limit of an estimated contract value up to 2 330 000 GBP. This range reflects the potential scale of the contract and takes into account such changes to the scope and/or scale which may result from future operational requirements.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per the Terms and Conditions of Contract.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/10/2018
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
20/01/2019
IV.2.7) Conditions for opening of tenders
Date:
22/10/2018
Local time: 15:30
Place:
Central Procurement Directorate, 303 Airport Road West, BT3 9ED.
Information about authorised persons and opening procedure:
CPD Representatives with access to the project on eTendersNI.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The figure indicated in II.1.5 represents the upper limit of an estimated contract value up to 2 330 000 GBP. This range reflects the potential scale of the contract and takes into account such changes to the scope and/or scale which may result from future operational requirements. 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 Authority can provide any guarantee as to the level of business under this contract.
Contract Monitoring:
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 Satisfactory 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 12 months from the date of issue of the Notice. This contract will not be awarded in Lots as a single supplier is required.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal / mediation procedures
Belfast
UK
VI.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 the contract is communicated to tenderers. That notification will provide full information on the award decision.
VI.5) Date of dispatch of this notice
07/08/2018