IT Services and Solutions Tender Northern Ireland
Lot 1: Digital Solution Development. Lot 2: Software Testing Service.
United Kingdom-Belfast: IT services: consulting, software development, Internet and support
2019/S 066-154548
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Dundonald House, Upper Newtownards Road
Belfast
BT4 3SB
United Kingdom
Contact person: ssdadmin.cpdfinance-ni.gov.uk
E-mail: ssdadmin.cpd@finance-ni.gov.uk
NUTS code: UK
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
CFT1890853 DoF DSS — Provision of ICT Services and Solutions
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
DoF DSS — Provision of ICT Services and Solutions
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1: Digital Solution Development
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
DoF DSS — Provision of ICT Services and Solutions
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The initial contract period is 12 months, with two options to extend of 12 months each.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Department of Finance (DOF) requires the provision of onsite technical resources and associated services and software, where appropriate, to assist in delivering digitally enabled outcomes, solutions and systems to meet its strategic goals. The services required include application development, testing, user experience, delivery support and data analytics.
II.2.1)Title:
Lot 2: Software Testing Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
DoF DSS — Provision of ICT Services and Solutions
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The initial period is 12 months, with 2 options to extend of 12 months each.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Department of Finance (DOF) is seeking to procure ICT services for the provision of onsite technical resources and associated services and software, where appropriate, to assist in delivering digitally enabled outcomes, solutions and systems to meet its strategic goals. The services required include application development, testing, user experience, delivery support and data analytics.
Section III: Legal, economic, financial and technical information
III.1.3)Technical and professional ability
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
Clare House, 303 Airport Road West, Belfast, BT3 9ED.
Authorised construction and procurement delivery personnel.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The figure indicated in 11.1.5 represents an estimated contract value which ranges from 5 000 000 GBP to 30 000 000 GBP. This range reflects the potential scale of the contract and takes into account as yet unforeseen customer demand. The likely value of the contract is estimated at 12 500 000 GBP; this is based on continuing levels of customer demand experienced by the Authority. However, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract.
VI.4.1)Review body
Belfast
United Kingdom
VI.4.3)Review procedure
The Contracting Authority will comply with the requirements of the Public Contracts Regulations 2015 (as amended) and, where applicable, will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to all economic operators.
VI.5)Date of dispatch of this notice: