Case Management System Replacement
The development and implementation of a new replacement HSENI CMS system including the delivery of the following products: – Fully functional Case Management System.
United Kingdom-Belfast: Software package and information systems
2016/S 228-415321
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
83 Ladas Drive
Belfast
BT6 9FR
United Kingdom
Contact person: ICT Procurement
E-mail: ict.cpd@finance-ni.gov.uk
NUTS code: UK
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DfE HSENI CMS Replacement Project.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The development and implementation of a new replacement HSENI CMS system including the delivery of the following products: — Fully functional Case Management System — Integration with workflow, TRIM, website, MS Office applications — Mobile integration — usage of mobile devices with system functionality — Reporting tool — generation of reports for staff and a user friendly reporting module — External interfaces — DARD data, address lookup data, CRO data — Trained users — Complete user and technical documentation on system — Scanning facility of documents — Online forms facility on public website The system is the primary source of information for management purposes within the organisation and as such the ability to provide reports for management purposes is a critical factor in this remit.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The development and implementation of a new replacement HSENI CMS system including the delivery of the following products: — Fully functional Case Management System — Integration with workflow, TRIM, website, MS Office applications — Mobile integration — usage of mobile devices with system functionality — Reporting tool — generation of reports for staff and a user friendly reporting module — External interfaces — DARD data, address lookup data, CRO data — Trained users — Complete user and technical documentation on system — Scanning facility of documents — Online forms facility on public website The system is the primary source of information for management purposes within the organisation and as such the ability to provide reports for management purposes is a critical factor in this remit.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
This contract will start on the Commencement Date and will run for a period of development up to the Service Commencement Date which must be no later than 1.4.2018. The support and maintenance will run for an initial period of five years from Service Commencement with the option for five extension periods of one year each. Following the uptake of any optional extension periods it may be extended on an annual basis. All extensions will be subject to review and satisfactory performance assessment by HSENI. In addition further services may be required to develop additional functionality and facilitate system upgrades in line with the daily rates specified in the Pricing Schedule for Additional Services..
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.2.2)Contract performance conditions:
As per Terms and Conditions of contract document.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Central Procurement Directorate, 303 Airport Road West, Belfast, BT3 9ED.
Only CPD Procurement Staff with access to the project with access on eTendersNI.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
This contract will not be divided into Lots as the Authority requires a single contractor (or consortia) to manage the entire. Service.. It will be necessary for the Economic Operator with the highest scoring compliant bid to verify some technical requirements. by way of a verification exercise. Requirements that need to be verified are highlighted in the Specification document.. The demonstration will take place in:. Health and Safety Executive for Northern Ireland. 83 Ladas Drive. Belfast. BT6 9FR. This demonstration must take place within 2 weeks of a request from CPD to hold such a verification exercise.. The Economic Operator invited will bear any costs for providing the demonstration. In the event that any Mandatory Requirement (MR) is amended to a Fail following the verification exercise, the Economic. Operator will be considered eliminated from the tender exercise and the next highest scoring Economic Operator will be. asked to undertake verification.. The figure indicated in II.1.5 represents the upper limit of an estimated contract value which ranges from 913 620 GBP to 1 370 430 GBP.This ranges reflects the potential scale of the contract and takes into account additional further services that may be required to develop additional functionality/system upgrades.. Contract Monitoring. 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate 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 12 months from the date of issue of the certificate.”.
VI.4.1)Review body
United Kingdom
United Kingdom
VI.4.3)Review procedure
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.
VI.5)Date of dispatch of this notice:
Related Posts
Simulated Phishing Service and Training Framework
Supply Electronic Safety Management System
KCS National Software Products and Services Framework
Enterprise Content Management Requirement