Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Department of Justice, NI Courts and Tribunal Service NICTS
c/o Clare House Supplies and Services Division, 303 Airport Road West
BELFAST
BT3 9ED
UK
E-mail: SSDAdmin.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 to the abovementioned address
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 4728866 DoJ - NICTS - Provision of a Judicial Portal and Support Arrangements
Reference number: ID 4728866
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
Northern Ireland Courts and Tribunals Service (NICTS) (an agency of the Department of Justice) is seeking to establish a contract to provide a judicial portal and mobile app and support arrangements. This will be a 3-year initial contract period, with two options to extend for any period up to, and including, one year each. Prices shall be fixed for the initial contract period.
II.1.5) Estimated total value
Value excluding VAT:
450 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72220000
72253200
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Northern Ireland Courts and Tribunals Service (NICTS) (an agency of the Department of Justice) is seeking to establish a contract to provide a judicial portal and mobile app and support arrangements. This will be a 3-year initial contract period, with two options to extend for any period up to, and including, one year each. Prices shall be fixed for the initial contract period.
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:
450 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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:
There are two options to extend for any period up to, and including, one year 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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.2) Conditions related to the 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:
27/03/2023
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:
25/06/2023
IV.2.7) Conditions for opening of tenders
Date:
27/03/2023
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract,.. however, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting.. Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses.. incurred by them. or by any third party acting under instructions from the Economic Operator in connection with taking part in this.. procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the.. procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator. shall. have no legitimate. expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed. by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or. all of them. 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 of unsatisfactory 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. twelve. months. from the date of issue of the Notice.
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice in Northern Ireland, Royal Courts of Justice
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will comply with the requirements of the Public Contracts Regulations 2015 (as amended) and, where applicable, will incorporate a minimum 10 calendar day standstill period at the. point information on the award of the contract is communicated to all Economic Operators..
VI.5) Date of dispatch of this notice
23/02/2023