CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-005648/EN)
Nature of contract: Service contract
Procedure: Competitive dialogue
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Department of Justice, Northern Ireland Courts and Tribunals Service
Postal address: Laganside House, Oxford Street
Town: BELFAST
Postal code: BT1 3LL
Country: United Kingdom
Contact Person: Strategic Delivery Team
Email: StrategicDelivery.CPD@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: ID 3971947 DoJ – NICTS Business Solution – Themis

Reference number: ID 3971947
II.1.2) Main CPV code: 72000000
II.1.3) Type of contract: Services
II.1.4) Short Description: The Authority wishes to procure a Supplier that can design and deliver: • Business transformation (Interim and Target Operating Models) to: o Improve and standardise ways of working across the Authority; o Maximise the use of available resources and enhance staff skills; o Increase organisational efficiency, substantially reduce the significant reliance on paper across the courts and tribunals system and to maximise return on investment by the Authority; o Support the Authority to deliver cultural changes required to embed new ways of working, secure the confidence and participation of key stakeholders and justice partners to operate within a digital-first environment; o Help deliver improved outcomes; and o Support the delivery of user-centric designed services. • A new digital solution (Themis) that must: o Safeguard the delivery of business-critical services and functions, interfacing or integrating as appropriate with Causeway and other essential digital systems, tools, and services; o Support improved business processes with increased automation and achieve a substantial reduction on the reliance of paper-based administrative processes, including the lodgement of applications and evidence (which can exceed thousands of pages depending on case type). o Provide GDPR (General Data Protection Regulation) / information management / security / PCI (Payment Card Industry) compliance whilst reducing the significant need for the storage of paper-based records by the Authority and judiciary. o Provide integrated modern payment, transaction and communication channels that reduce the reliance on paper and traditional channels; o Provide real time management information and automated workflow; and: o Support service delivery reflective of the new operating model design and service user needs.
II.1.5) Estimated total value:
Value excluding VAT: 45000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
48100000, 48600000, 48810000, 48820000, 72000000, 72200000, 72230000, 72210000, 72250000, 72253000, 72260000, 72261000, 72262000, 72263000, 72264000, 72265000, 72266000, 72267000, 72267100, 48000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Authority wishes to procure a Supplier that can design and deliver: • Business transformation (Interim and Target Operating Models) to: o Improve and standardise ways of working across the Authority; o Maximise the use of available resources and enhance staff skills; o Increase organisational efficiency, substantially reduce the significant reliance on paper across the courts and tribunals system and to maximise return on investment by the Authority; o Support the Authority to deliver cultural changes required to embed new ways of working, secure the confidence and participation of key stakeholders and justice partners to operate within a digital-first environment; o Help deliver improved outcomes; and o Support the delivery of user-centric designed services. • A new digital solution (Themis) that must: o Safeguard the delivery of business-critical services and functions, interfacing or integrating as appropriate with Causeway and other essential digital systems, tools, and services; o Support improved business processes with increased automation and achieve a substantial reduction on the reliance of paper-based administrative processes, including the lodgement of applications and evidence (which can exceed thousands of pages depending on case type). o Provide GDPR (General Data Protection Regulation) / information management / security / PCI (Payment Card Industry) compliance whilst reducing the significant need for the storage of paper-based records by the Authority and judiciary. o Provide integrated modern payment, transaction and communication channels that reduce the reliance on paper and traditional channels; o Provide real time management information and automated workflow; and: o Support service delivery reflective of the new operating model design and service user needs.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 45000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewalyes Description of renewals:The contract will have an option to extend (subject to the terms of the contract and the performance of the
successful Economic Operator) for 6 years followed by a further optional extension period of up to 3 years.

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: no
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 provided at II.1.5 and II.2.6 is a maximum estimated contract value that reflects the potential scale of the contract and takes into account optional extension periods and the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. This contract will not be awarded in Lots as a single supplier is required.

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 Department’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
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

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 Authority. 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 dialogueIV.1.8) Information about the 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: 2023-04-03 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 tender must maintain the tender
Tender must be valid until:2023-09-30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
This competition is being conducted in accordance with the Public Contracts Regulations 2015 (“the Regulations”) and the Contracting Authority will seek to use the competitive dialogue procedure which is governed by Regulation 30 of the Regulations. Further information on the competition and how the dialogue phase will be structured will be set out in the Information Memorandum and the Invitation to Competitive Dialogue (“ICD“) which will be issued to those economic operators who advance in the procurement following the evaluation of the responses to the Selection Questionnaire. In addition to the optional services, the Department reserves the right to modify and vary the contract to provide for additional services that are complementary to the services to be provided such as:. – Services. that allow for enhancements and developments to be created, implemented and maintained throughout the system;. – Services that. allow for new service modules to be added to the system;. – Services that develop, assist, maintain and improve the functionality of the. system;. – Services to facilitate, assist and support the integration of the system with other systems and/or other systems. used by the Northern Ireland Civil Service;. – Services to support the inclusion and maintenance of additional users of the system;. -. Services to communicate and correspond with stakeholders and users of the system, such as electronic messaging and postal services;.. – Services providing for the administration, tracing, collection and recovery of monetary penalties and fees;. – Services. providing for the recording, management, processing and storage of monies; and. – Services providing for and enabling adjustments. to the system to reflect legislative, operational and technological developments. Following the award of the Contract, the Department reserves the right to resort to the negotiated procedure without prior publication of a contract. notice pursuant to Regulation 32 (9) of the Regulations. . . Please note the Department will be holding an information session on 13 March 2023 for those economic operators who express an interest in participating in the competition. Please see the IM for further details and how to. register attendance.
VI.4) Procedures for review
VI.4.1) Review body
Official name: 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 PCR 2015
Town: Belfast
Country: United Kingdom

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 contract 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:2023-02-27


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

May 8, 2024

Replacement Causeway System - Pre-Market Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: REPLACEMENT CAUSEWAY SYSTEM – PRE-MARKET ENGAGEMENT 2. Awarding Authority: CPD – Supplies and

May 8, 2024

United Kingdom-Belfast: Depolluted End of Life Vehicles

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-014495/EN) Nature of contract: Service contract Procedure: Open procedure Type of bid required: Mixed