Contract award notice
Results of the procurement procedure
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Section I: Contracting Change
entity
I.1) Name and addresses
DfC Northern Ireland Appeals Service
Causeway Exchange 1-7 Bedford Street
Belfast
BT2 7EG
UK
Contact person: SSD admin
E-mail: ssd.admin@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.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
CFT438254 DfC The Appeals Service Northern Ireland — Replacement ICT System
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Appeals Service (TAS) require a service provider to deliver, implement, support and continue to develop a replacement ICT solution to its current Northern Ireland appeals processing system (NIAPS). The system will be the primary means of appeal case management/administration and the primary source of management information within TAS. A critical aspect is the ability to provide reports on performance against targets set by management. The primary objectives of the replacement ICT system are: to provide enhancements that will be of benefit to customers and users in the processing of TAS cases:
— improved access for customers, in line with ‘Digital First’ policy,
— improved responsiveness to user/customer needs,
— improved operational efficiency delivering an improved and consistent quality of service to customers,
— improved productivity and cost reduction by eliminating eliminating duplicate data held outside of NIAPS, and
— improved management reporting facility.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT: 3 585 107.80 GBP
II.2) Description
II.2.2) Additional CPV code(s)
48100000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
The Appeals Service (TAS) require a service provider to deliver, implement, support and continue to develop a replacement ICT solution to its current Northern Ireland appeals processing system (NIAPS). The system will be the primary means of appeal case management/administration and the primary source of management information within TAS. A critical aspect is the ability to provide reports on performance against targets set by management. The primary objectives of the replacement ICT system are: to provide enhancements that will be of benefit to customers and users in the processing of TAS cases:
— improved access for customers, in line with ‘Digital First’ policy,
— improved responsiveness to user/customer needs,
— improved operational efficiency delivering an improved and consistent quality of service to customers,
— improved productivity and cost reduction by eliminating eliminating duplicate data held outside of NIAPS, and
— improved management reporting facility.
II.2.5) Award criteria
Quality criterion: Qualitative criteria
/ Weighting: 60
Cost criterion: Quantitative critera
/ Weighting: 40
II.2.11) Information about options
Options:
Yes
Description of options:
The contract will have an option to extend subject to the terms of the contract and the performance of the successful economic operator for 36 months and a second option to extend for 24 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 018-038487
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
21/11/2019
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Civica NI Ltd
10 Weavers Court
Belfast
BT12 5GH
UK
E-mail: enquiries@civica.co.uk
NUTS: UKN0
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3 900 000.00 GBP
Total value of the contract/lot: 3 585 107.80 GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The estimated contract value for the implementation and support of the system in line with the statement of requirements was estimated at 3 600 000 GBP to 3 900 000 GBP for the full duration of the contract including all options. This range was to allow for the development of additional functionality and system upgrades in line with the pricing schedule for additional services and as specified. It is possible that this contract value could increase to an estimated 5 400 000 GBP (dependant on business case and funding approval) for the implementation of changes in relation to Welfare Reform, which may for example include digital evidence sharing, functionality changes, etc. Where the solution also. fits the requirements of the other appeals bodies, following the authorities transfer to the Department of Justice, the solution may also be adopted by such bodies which fall under the departments remit potentially increasing the contract value to an estimated 9 000 000 GBP, again dependant on business case and funding approval.
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:
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, commercial division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations 2015.
VI.5) Date of dispatch of this notice
29/11/2019