Courtroom Technology Refresh and Development
The scope of this procurement is to establish a managed service to: 1. Support the existing courtroom technology architecture.
United Kingdom-Belfast: IT services: consulting, software development, Internet and support
2017/S 180-368901
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
NICTS, 4th Floor, Laganside House
Belfast
BT1 3LA
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:
CFT940072 DoJ NICTS Courtroom Technology Refresh and Development.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The NICTS is an Agency of the Department of Justice (DOJ) responsible for the provision of administrative support for Northern Ireland’s courts and the majority of tribunals. Courtroom technology is an integral part of the service NICTS provides its customers. The scope of this procurement is to establish a managed service to: 1. Support the existing courtroom technology architecture (as described in this document); 2. Undertake a refresh/upgrade programme of the courtroom technology systems and services during the lifetime of this contact; 3. To implement courtroom technology solutions at additional sites or indeed decommission sites to accommodate changing business needs; and 4. To implement a new Digital Signage solution in NICTS Courthouses.
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 NICTS is an Agency of the Department of Justice (DOJ) responsible for the provision of administrative support for Northern Ireland’s courts and the majority of tribunals. Courtroom technology is an integral part of the service NICTS provides its customers. The scope of this procurement is to establish a managed service to: 1. Support the existing courtroom technology architecture (as described in this document); 2. Undertake a refresh/upgrade programme of the courtroom technology systems and services during the lifetime of this contact; 3. To implement courtroom technology solutions at additional sites or indeed decommission sites to accommodate changing business needs; and 4. To implement a new Digital Signage solution in NICTS Courthouses.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will be for a period of 5 years, with options to extend for 3 additional periods of 12 months from the commencement date. (1.3.2018).
II.2.10)Information about variants
II.2.11)Information about options
The contract will be for a period of 5 years, with options to extend for 3 additional periods of 12 months from the commencement date. (1.3.2018).
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 Documents.
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, BT3 9ED.
CPD Representative.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The figure indicated in II.1.5 represents the upper limit of an estimated contract value which ranges from (3 500 000 GBP to 5 000 000 GBP). This range. reflects the potential scale of the contract and takes into account such changes to the scope/and or scale which may result from future. operational requirements. 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 Authority can provide any guarantee as to the. level of business under this contract. 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 twelve months from the date of issue of the certificate. This contract will not be awarded in Lots as a single supplier is. required.
VI.4.1)Review body
Belfast
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 the contract is communicated to tenderers. That notification will provide full information on the award decision.
VI.5)Date of dispatch of this notice: