Department of Justice Database Management Contract
The Department of Justice has a requirement to procure a strategic partner to support, maintain and further develop and enhance the current Causeway Data Sharing Mechanism.
United Kingdom-Belfast: Database-management system
2016/S 107-191629
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Department of Justice
C/o Clare House, 303 Airport Road West
Contact point(s): brian.steen@finance-ni.gov.uk
BT3 9ED Belfast
United Kingdom
E-mail: strategicdelivery.cpd@finance-ni.gov.uk
Internet address(es):
Address of the buyer profile: https://etendersni.gov.uk/epps
Electronic access to information: https://etendersni.gov.uk/epps
Electronic submission of tenders and requests to participate: https://etendersni.gov.uk/epps
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 7: Computer and related services
NUTS code UKN,UKN0,UKN01
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Department of Justice (DOJ) has a requirement to procure a strategic partner to support, maintain and further develop and enhance the current Causeway Data Sharing Mechanism (DSM) at the end of the existing contract. This current managed service contract is currently due to end in March 2019. DOJ will require a strategic partner to: — Provide support, monitoring and maintenance for the Causeway DSM; — Provide ongoing development and enhancement of the Causeway Service to take account of digital developments within the justice arena, business requirement changes, legislative changes, business process improvements and the inclusion of additional Causeway users. This will include analysis, design, development, testing, support, monitoring and maintenance; and — Provide enhanced management information capability. The Causeway infrastructure (data centre storage facilities utilising Cloud technology, network, server hosting/support and infrastructure help desk) will be provided by Enterprise Shared Services (ESS) which is the Northern Ireland Civil Service information and communications technology shared service provider. The Causeway Service is a strategically important database and data sharing messaging system which provides an integrated system to support information sharing between the 5 main NI Criminal Justice Organisations (CJOs) line of business case management systems. CJOs comprise the Police Service of Northern Ireland, the Public Prosecution Service, the Northern Ireland Courts and Tribunals Service, the Northern Ireland Prison Service and Forensic Science Northern Ireland. The Causeway Service also creates and enables electronic web based access to the NI Criminal Record database and viewer (NICRV) service for organisations both in Northern Ireland and Great Britain that have a legitimate right to access this information. The Causeway Service is considered business critical for how information is shared and the effective operation of the criminal justice system in Northern Ireland, and for the DOJ modernising and reform agenda. Although the current system has been very effective in meeting the business needs to date, the DOJ is now looking for an ICT solution that will meet its, and Causeway users, (and any successor bodies) future business requirements, including promoting a digital 1ststrategy within the criminal justice system, reflecting the technological advancements and opportunities which have become available since the Causeway Service was 1st implemented in 2004 and building on the DOJ’s vision for digital justice of ‘a user focused criminal justice system, optimising the use of digital technologies, to deliver fast and effective justice.’ It is anticipated that the new Causeway Contract will be for a maximum contract period of ten (10) years (plus an implementation period). This is likely to be on the basis of an implementation period from the date of contract award to ‘go-live’ (i.e. April 2019), followed by an initial contract period of seven (7) years from ‘go-live’, with the option to extend, at the Authority’s discretion, for up to three (3) further years. Further Information is set out in the accompanying PQQ/PIM which is available in the CfT documents area of eTendersNI.
II.1.6)Common procurement vocabulary (CPV)
48612000, 30236000, 72000000, 72212217, 72212482, 72212600, 72212710, 72212732, 72222000, 72222300, 72225000, 72253000, 72262000, 72267100,72315000, 72320000, 72512000, 72540000, 48000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 15 000 000 and 50 000 000 GBP
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As per PQQ.
Minimum level(s) of standards possibly required:
Minimum overall score of 60 % in relation to the Professional and Technical Ability.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As per PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Instructions for completing the Questionnaire:
Technical Requirements:
If you wish to respond to this PQQ please ensure that your system is configured in-line with the requirements as set out on the eTendersNI platform. These requirements are provided on the Home page before the user logs in and also appear on the screen when the user clicks on a link to access an opportunity.
Your proposal should be uploaded within the eTendersNI portal via the relevant Call for Tender (CfT). Instructions on how to submit your response can be found within the Interactive Walk-through available through the Homepage of the portal.
— Please ensure that you allow sufficient time to complete your tender submission using the eTendersNI Tender Preparation Tool. Please note that the Tender Preparation Tool requires operations to be performed both on the user’s computer and also the transfer of the submission via the internet onto the eTendersNI site. As such there are a number of variables that may affect the length of time that it takes for your tender submission to be received by the online system.
— Tenderers are reminded that responses must have completed the submission cycle on eTendersNI before the published closing date and time.
— Please note that although the attachment limit for a single document within a tender submission is 50MB, the maximum permitted overall submission size is 100MB.
— Please note that every tender opportunity includes by default a file called ‘Tender Structure XML’. It is Not necessary to download and use this file, unless you decide to submit a Tender/Proposal on the system using the ‘Offline Tender Preparation’ functionality, which is not described here. For online tender submission this particular file is not needed, please ignore it.
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.
The Authority expressly reserves the rights:
(I) Not to award any contract as a result of the procurement process commenced by publication of this notice;
(II) To make whatever changes it may see fit to the content and structure of the tendering Competition;
(III) To award (a) contract(s) in respect of any part(s) of the services covered by this notice; and
(IV) To award contract(s) in stages.
And in no circumstances will the Authority be liable for any costs incurred by candidates.
Under this project the supplier will be required to support the client’s social benefit objectives. Accordingly, contract performance conditions may relate in particular to economic and social considerations.
TUPE:
Transfer of Undertaking and Protection of Employment (TUPE) may apply and details will be provided at competitive dialogue stage. Candidates are advised to seek their own legal advice with regard to the application of TUPE.
It is currently envisaged that DOJ will be the entity entering into the contract.
However, it is anticipated that the contract may also provide services to other organisations with a business need to access justice information, these include other public sector organisations such as Annex 1 bodies as detailed in the Northern Ireland Public Procurement Policy and specifically, but without limitation:
— Police Service for Northern Ireland (PSNI);
— Public Prosecution Service (PPS);
— Forensic Science (FSNI);
— Northern Ireland Courts and Tribunals Service (NICTS); and
— Northern Ireland Prison Service (NIPS).
Enterprise Shared Services (ESS), the Northern Ireland Civil Service information and communications technology shared service provider, will provide and manage the infrastructure for the new Causeway Contract.
Annex 1 bodies: https://www.finance-ni.gov.uk/publications/list-public-bodies-which-ni-public-procurement-policy-applies
Local Councils in Northern Ireland may also participate in this contract.
This list may be amended to include any successor bodies.
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Central Procurement Directorate
Clare House, 303 Airport Road West
BT3 9ED Belfast
Telephone: +44 2890816821
VI.5)Date of dispatch of this notice:
Related Posts
Data Management Platform for MHRA
Maintaining and Supporting the National Household Model
IS Professional Services Framework
Data Warehouse Development Contract