ID 3058959 DAERA - Information System for Laboratories in AFBI, NIEA and DAERA (ISLAND)

A Tender Notice
by THE DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS

Source
Find a Tender
Type
Contract (Services)
Duration
7 year
Value
£24M
Sector
TECHNOLOGY
Published
06 Aug 2021
Delivery
To 11 Aug 2028 (est.)
Deadline
17 Sep 2021 14:00

Concepts

Location

Northern Ireland:

Geochart for 1 buyers and 0 suppliers

Description

This procurement is for a public Cloud Hosted, Commercial off the Shelf (COTS) Laboratory Information Management System (LIMS) for DAERA. This project will replace aging and disparate laboratory IT systems with a single, modern, joined up LIMS in 10 key laboratory areas. The solution will replace existing LIMS in 8 laboratory areas and provide new LIMS in a further 2 laboratory areas. The implementation period is to last no longer than 4 years. Implementation will involve a phased rollout of approximately 2 lab areas every 6 months. Prioritisation of rollout will be agreed with the Authority based on impact several factors, including business as usual and availability of laboratory areas. Implementation will include assisting in business transformation and design, training and the migration of minimum required LIMS data in an organised and secure manner for successful ‘day 1’ business operation. This includes ensuring the safety, accuracy (e.g. avoiding rounding) and integrity of the migrated data, formulating a migration plan and carrying out the migration in collaboration with the Authority. The Supplier may be required to assist the Authority to cleanse the data as part of the migration exercise. A Laboratory Science Data Enterprise solution will be developed in-house and is not covered by the scope of this project.

Total Quantity or Scope

Additional information: The Contracting Authority 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.

Renewal Options

The contract will have an option to extend (subject to the terms of the contract and the performance of the successful Economic Operator) for 3 years followed by a further 2 optional extension periods of up to 2 years each i.e. 3+2+2.

CPV Codes

  • 72500000 - Computer-related services
  • 48000000 - Software package and information systems

Indicators

  • This is a one-off contract (no recurrence)
  • Options are available.
  • Renewals are available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The Contracting Authority 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; to award the Contract following conclusion of the first round of negotiation sessions; 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 Contracting Authority (however, they may be subject to clarification, if required, at the Contracting Authority’s absolute discretion). The Contracting Authority 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 Contracting Authority 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 Contracting Authority 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 Contracting Authority. 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 Contracting Authority reserves the right to change any or all of them. The figure indicated in II.1.5 represents an estimated contract value £24m. This is a maximum figure that reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. 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. In addition, neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. The successful contractor’s performance on the contract will be 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 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 will 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 twelve months from the date of issue of the Notice. This contract will not be awarded in Lots as a single supplier is required.

Reference

Domains