Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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 4291692 DOJ NICTS - IT support for eJudiciaryNI Office 365
Reference number: ID 4291692
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
NI Courts and Tribunals Service is seeking to establish a contract to provide IT support and maintenance for their eJudiciaryNI solution which has been developed on the Office 365 platform. This will be a 3-year initial contract period and is expected to commence on 1st December 2022 with two options to extend for any period up to, and including, one year each.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
250 000.00
GBP
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
NI Courts and Tribunals Service is seeking to establish a contract to provide IT support and maintenance for their eJudiciaryNI solution which has been developed on the Office 365 platform. This will be a 3-year initial contract period and is expected to commence on 1st December 2022 with two options to extend for any period up to, and including, one year each.
II.2.5) Award criteria
Quality criterion: AC1 Social Value
/ Weighting: 10
Cost criterion: AC2 Total Contract Price
/ Weighting: 90
II.2.11) Information about options
Options:
Yes
Description of options:
There are two options to extend for any period up to, and including 12 months 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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-019462
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
06/10/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ENDEAVOUR INFORMATION SOLUTIONS
14-18 Great Victoria Street
Belfast
BT2 7BA
UK
Telephone: +44 2890311010
E-mail: blaithin@endeavour-is.com
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 250 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The successful Contractor’s performance will be managed as per the specification. and 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 grounds for termination. of the contract at the Contractor's expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of. Unsatisfactory Performance. A central register of such Notices for supplies and services Contracts will be maintained and published on. the CPD website. Any Contractor in receipt of multiple Notices of Written Warning or Notices of Unsatisfactory Performance will be required. to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the. Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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.
Belfast
UK
VI.5) Date of dispatch of this notice
06/10/2022