Department of Finance - Integr8 Programme - Integr8 Delivery Partner

A Tender Notice
by DEPARTMENT OF FINANCE

Source
Find a Tender
Type
Contract (Services)
Duration
5 year
Value
150M
Sector
TECHNOLOGY
Published
28 Mar 2024
Delivery
To 02 May 2029 (est.)
Deadline
02 May 2024 15:00

Concepts

Location

Belfast

Geochart for 2 buyers and 0 suppliers

2 buyers

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.

Renewal 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.

CPV Codes

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72100000 - Hardware consultancy services
  • 72212211 - Platform interconnectivity software development services
  • 72212220 - Internet and intranet software development services
  • 72212400 - Business transaction and personal business software development services
  • 72212440 - Financial analysis and accounting software development services
  • 72212443 - Accounting software development services
  • 72212450 - Time accounting or human resources software development services
  • 72212451 - Enterprise resource planning software development services
  • 72212482 - Business intelligence software development services
  • 72212900 - Miscellaneous software development services and computer systems
  • 72220000 - Systems and technical consultancy services
  • 72221000 - Business analysis consultancy services
  • 72224000 - Project management consultancy services
  • 72224100 - System implementation planning services
  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 72222300 - Information technology services
  • 72246000 - Systems consultancy services
  • 72250000 - System and support services
  • 72253200 - Systems support services
  • 72260000 - Software-related services
  • 72262000 - Software development services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72266000 - Software consultancy services
  • 72268000 - Software supply services
  • 72300000 - Data services
  • 72310000 - Data-processing services
  • 72317000 - Data storage services
  • 72322000 - Data management services
  • 72500000 - Computer-related services
  • 72510000 - Computer-related management services
  • 79631000 - Personnel and payroll services
  • 79211000 - Accounting services
  • 79211110 - Payroll management services
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services
  • 79414000 - Human resources management consultancy services
  • 79600000 - Recruitment services
  • 79990000 - Miscellaneous business-related services
  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 80533100 - Computer training services
  • 80500000 - Training services
  • 80420000 - E-learning services
  • 72600000 - Computer support and consultancy services

Indicators

  • Bids should cover the whole contract.
  • Options are available.
  • Renewals are not available.
  • Financial restrictions apply.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Award on basis of price and quality.

Other 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. 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.

Reference

Domains