Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 120255-2019

14/03/2019    S52

United Kingdom-Belfast: IT services: consulting, software development, Internet and support

2019/S 052-120255

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Department for Infrastructure
Postal address: 148-158 Corporation St
Town: Belfast
NUTS code: UK UNITED KINGDOM
Postal code: BT1 3DH
Country: United Kingdom
E-mail: strategicdelivery.cpd@finance-ni.gov.uk
Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2)Information about 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:

DfI — DVA ICT Strategic Partner

Reference number: 1214432
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

The Department for Infrastructure (DfI) Driver and Vehicle Agency (DVA) has a requirement to procure an ICT Strategic Partner who will work closely with DVA in implementing a new system, support existing systems, and provide call-off development and ongoing suggestions for innovation in accordance with developments in the marketplace. The Contracting Authority wishes to establish a contract with an economic operator for the delivery of the DVA ICT Strategic Partner, building on the current solution though enhanced to fully exploit changing technology and new business opportunities in a digital first context. DVA will require a strategic partner to:

— develop a booking and rostering software application,

— support all of DVA’s software applications from October 2019,

— provide call-off development services.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 15 685 911.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
72320000 Database services
72268000 Software supply services
72230000 Custom software development services
72227000 Software integration consultancy services
48810000 Information systems
48800000 Information systems and servers
48000000 Software package and information systems
72250000 System and support services
72222300 Information technology services
50324100 System maintenance services
72200000 Software programming and consultancy services
72212422 Software development services suites
72212517 IT software development services
72253200 Systems support services
72500000 Computer-related services
72220000 Systems and technical consultancy services
72221000 Business analysis consultancy services
72222000 Information systems or technology strategic review and planning services
72222100 Information systems or technology strategic review services
72222200 Information systems or technology planning services
72223000 Information technology requirements review services
72224000 Project management consultancy services
72224100 System implementation planning services
72316000 Data analysis services
79990000 Miscellaneous business-related services
79996000 Business organisation services
II.2.3)Place of performance
NUTS code: UKN NORTHERN IRELAND
NUTS code: UKN0 Northern Ireland
II.2.4)Description of the procurement:

The Department for Infrastructure (DfI) Driver and Vehicle Agency (DVA) has a requirement to procure an ICT Strategic Partner who will work closely with DVA in implementing a new system, support existing systems, and provide call-off development and ongoing suggestions for innovation in accordance with developments in the marketplace. The Contracting Authority wishes to establish a contract with an economic operator for the delivery of the DVA ICT strategic partner, building on the current solution though enhanced to fully exploit changing technology and new business opportunities in a digital first context. DVA will require a strategic partner to:

— develop a booking and rostering software application,

— support all of DVA’s software applications from October 2019,

— provide call-off development services.

II.2.5)Award criteria
Quality criterion - Name: Technical / Weighting: 40
Cost criterion - Name: Cost / Weighting: 60
II.2.11)Information about options
Options: yes
Description of options:

After the initial contract period, there will be an option to extend for up to three 3 years.

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

This competition was conducted in accordance with the Public Contracts Regulations 2015 “the Regulations” and the Authority used the competitive dialogue procedure which is governed by Regulation 30 of the Regulations.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2018/S 069-153144
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

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:
08/03/2019
V.2.2)Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Fujitsu Services Ltd
Postal address: 22 Baker ST
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: W1U 3BW
Country: United Kingdom
E-mail: askfujitsu@uk.fujitsu.com
Telephone: +44 2032192050
Internet address: https://etendersni.gov.uk/epps
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: 60 000 000.00 GBP
Total value of the contract/lot: 60 000 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

The figure indicated in II.1.5 represents the contract award value.. The figure in II.2.4 represents the potential value of the contract over the maximum contract term which ranges from 30 000 000 GBP to 60 000 000 GBP. This range reflects the potential scale of the contract and takes into account changes and potential modifications to the contract that may be required due to legislative, operational and technological developments and/or additional functions and services that DVA may be required to provide during the contract term. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid for this competition. The Authority will determine precisely what optional services may be required during the term of the contact. In addition to the optional services, the Authority reserves the right to modify and vary the contract to provide for additional services that are complementary to the services to be provided under the DVA ICT Strategic Partner Contract in order to address future Departmental functions and requirements and/or additional ICT requirements, 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, operation, or performance of the system,

— services to facilitate, assist and support the integration of the system with other systems used by DVA 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 providing for and enabling adjustments to the system to reflect legislative, operational and technological developments. In relation to the detailed services detailed above and following the award of the DVA ICT strategic partner 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 Public Contract Regulations 2015. Any date given in Section IV) above is a best estimate at the time of dispatch of this notice. The Contracting Authority reserves the right to extend any such date.

Social benefit objectives:

Buy Social clauses may apply to this contract requiring the contractor to deliver measurable targets for the employment of “new entrant trainees”. The term “new entrant trainee” includes apprentices, professional trainees, student placements and trainees in support and administration roles. Further information on the inclusion of Buy Social clauses can be accessed at http://buysocialni.org/

Contract monitoring:

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 central procurement directorate 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 written warning and notice of unsatisfactory performance and this contract may be terminated. The issue of a notice of written warning and notice of unsatisfactory performance may 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 up to three years from the date of issue of the notice.

VI.4)Procedures for review
VI.4.1)Review body
Official name: The UK does not have any such bodies with responsibility for appeal/mediation procedures apart from the High Courts of Justice Northern Ireland
Town: n/a
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

CPD complied with the Public Contracts Regulations 2015 and, incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of the contract was communicated to tenderers. That notification provided full information on the award decision.

VI.5)Date of dispatch of this notice:
11/03/2019