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

Department of Finance - Integr8 Programme - Integr8 Delivery Partner

  • First published: 29 March 2024
  • Last modified: 29 March 2024

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:
ocds-h6vhtk-041c6d
Published by:
Department of Finance
Authority ID:
AA55145
Publication date:
29 March 2024
Deadline date:
02 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Department of Finance's (DoF) Integr8 Programme is seeking to establish a contract for an Integr8 Delivery Partner (IDP) to implement an integrated Oracle Finance and HR cloud-based technology solution along with an IT Service Management Platform and the provision of Managed Services. The contract period will be for an initial 5 years with the option for two further periods, the first for three years and the second for up to 24 months. Please see the procurement documents which provide further information along with the full list of of current and potential Service Recipients.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department of Finance

44-58 May Street

Belfast

BT1 4NN

UK

E-mail: strategicdelivery.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.finance-ni.gov.uk

Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement

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

Department of Finance - Integr8 Programme - Integr8 Delivery Partner

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Department of Finance's (DoF) Integr8 Programme is seeking to establish a contract for an Integr8 Delivery Partner (IDP) to implement an integrated Oracle Finance and HR cloud-based technology solution along with an IT Service Management Platform and the provision of Managed Services. The contract period will be for an initial 5 years with the option for two further periods, the first for three years and the second for up to 24 months. Please see the procurement documents which provide further information along with the full list of of current and potential Service Recipients.

II.1.5) Estimated total value

Value excluding VAT: 150 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72100000

72212211

72212220

72212400

72212440

72212443

72212450

72212451

72212482

72212900

72220000

72221000

72224000

72224100

72227000

72228000

72222300

72246000

72250000

72253200

72260000

72262000

72263000

72265000

72266000

72268000

72300000

72310000

72317000

72322000

72500000

72510000

79631000

79211000

79211110

79400000

79410000

79411000

79411100

79412000

79414000

79600000

79990000

66170000

80533100

80500000

80420000

72600000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

The Department of Finance's (DoF) Integr8 Programme is seeking to establish a contract for an Integr8 Delivery Partner (IDP) to implement an integrated Oracle Finance and HR cloud-based technology solution along with an IT Service Management Platform and the provision of Managed Services. The contract period will be for an initial 5 years with the option for two further periods, the first for three years and the second for up to 24 months. Please see the procurement documents which provide further information along with the full list of of current and potential Service Recipients.

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: 150 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

Candidates will be assessed in accordance with Regulation 58 of the Public Contract Regulations 2015 as set out in the Information Memorandum. A selection process will be used to identify economic operators, who having submitted a response to the Selection Questionnaire, sufficiently demonstrate to the Department’s satisfaction the appropriate technical and professional ability, economic, financial and legal standing to meet the requirements of the contract.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract period will be for an initial 5 years with the option for two further periods, the first for 36 months and the second for up to 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

II.2.14) Additional information

The estimated contract value indicated in Section II.1.5 and II.2.6 represents the potential value of the contract over the maximum contract period which ranges from £63,000,000 GBP to £150,000,000 GBP exclusive of VAT. This is a estimated range only and the Department reserves the right to award for a lower or higher amount. This range reflects the potential scale of the contract and takes into account changes and potential modifications to the contract that may be required that could not be identified or foreseen at the time of this procurement exercise but which are consistent with the overall nature of the Buyer's current and future operational requirements for a finance and HR solution. It is envisaged that such modifications would be made without requiring a new procurement procedure in accordance with Regulation 72 of the Public Contracts Regulations 2015. Neither CPD nor the Buyer can provide any guarantee as to the level of business under this contract. The Buyer 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 Buyer 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 Buyer. 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 Buyer reserves the right to change any or all of them. The Buyer reserves the right to award the Contract following submission of Initial Tender Responses and the right to down-select Economic Operators following each round of negotiations.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Candidates will be assessed in accordance with Regulation 58 of the Public Contract Regulations 2015 as set out in the Information Memorandum. A selection process will also be used to identify economic operators, who having submitted a response to the Selection Questionnaire, sufficiently demonstrate to the Buyer's satisfaction the appropriate technical and professional ability, economic, financial and legal standing to meet the requirements of the contract.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

As per Tender documentation.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

As per Tender documentation.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The appointment to the contract will be subject to the preferred supplier demonstrating that the minimum requirements specified in the selection questionnaire continue to be met and that there being no material adverse change to the standing of the supplier. The appointment will also be subject to all other necessary due diligence being carried out by the Buyer. Contract performance will be subject to the conditions specified in the contract and the successful Supplier's performance on the contract will be regularly monitored.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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:

2023/S 000-034736

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 02/05/2024

Local time: 15:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 10/07/2024

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

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.3) Additional information

The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 can 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 three years from the date of issue. The Buyer reserves the right: to hold additional rounds of negotiations with Economic Operators; to require the submission of any further or additional information or tender submissions; to award the Contract following the submission of initial tenders; and/or to down-select Economic Operators following each round of negotiations. For the avoidance of doubt, final tenders will not be subject to any negotiation with the Buyer (however, they may be subject to clarification, if required, at the Buyer's absolute discretion). The Buyer reserves the right: to reject any or all SQ or tender responses and to cancel or withdraw the procurement process at any stage; to award a contract without prior notice; to change the basis of, the procedure and the timescales set out or referred to in the procurement documents; to require an Economic Operator to clarify its SQ or tender response in writing and/or provide additional information; to terminate the procurement process; and/or to amend the terms and conditions of the SQ or tender evaluation process or negotiation process. The Buyer 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 Buyer 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 Buyer. 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 Buyer reserves the right to change any or all of them.

VI.4) Procedures for review

VI.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

UK

VI.4.2) Body responsible for mediation procedures

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

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of framework is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into. . .

VI.5) Date of dispatch of this notice

28/03/2024

Coding

Commodity categories

ID Title Parent category
79211000 Accounting services Accounting and auditing services
72212443 Accounting software development services Programming services of application software
72221000 Business analysis consultancy services Systems and technical consultancy services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
79411100 Business development consultancy services General management consultancy services
72212482 Business intelligence software development services Programming services of application software
72212400 Business transaction and personal business software development services Programming services of application software
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
80533100 Computer training services Computer-user familiarisation and training services
72510000 Computer-related management services Computer-related services
72500000 Computer-related services IT services: consulting, software development, Internet and support
72322000 Data management services Database services
72300000 Data services IT services: consulting, software development, Internet and support
72317000 Data storage services Data-processing services
72310000 Data-processing services Data services
80420000 E-learning services Adult and other education services
72212451 Enterprise resource planning software development services Programming services of application software
72212440 Financial analysis and accounting software development services Programming services of application software
66170000 Financial consultancy, financial transaction processing and clearing-house services Banking and investment services
79412000 Financial management consultancy services Business and management consultancy services
79411000 General management consultancy services Business and management consultancy services
72100000 Hardware consultancy services IT services: consulting, software development, Internet and support
72228000 Hardware integration consultancy services Systems and technical consultancy services
79414000 Human resources management consultancy services Business and management consultancy services
72222300 Information technology services Information systems or technology strategic review and planning services
72212220 Internet and intranet software development services Programming services of application software
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
79990000 Miscellaneous business-related services Miscellaneous business and business-related services
72212900 Miscellaneous software development services and computer systems Programming services of application software
79211110 Payroll management services Accounting services
79631000 Personnel and payroll services Personnel services except placement and supply services
72212211 Platform interconnectivity software development services Programming services of application software
72224000 Project management consultancy services Systems and technical consultancy services
79600000 Recruitment services Business services: law, marketing, consulting, recruitment, printing and security
72265000 Software configuration services Software-related services
72266000 Software consultancy services Software-related services
72262000 Software development services Software-related services
72263000 Software implementation services Software-related services
72227000 Software integration consultancy services Systems and technical consultancy services
72268000 Software supply services Software-related services
72260000 Software-related services Software programming and consultancy services
72250000 System and support services Software programming and consultancy services
72224100 System implementation planning services Project management consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services
72246000 Systems consultancy services Systems analysis and programming services
72253200 Systems support services Helpdesk and support services
72212450 Time accounting or human resources software development services Programming services of application software
80500000 Training services Education and training services

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:
strategicdelivery.cpd@finance-ni.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.