Tender for Financial and Commercial Advisory Services
The Department of Finance Digital Shared Services is in the process of developing a procurement strategy that will enable the purchasing of capability and services for continuity of digital application managed services.
United Kingdom-Belfast: Business and management consultancy and related services
2018/S 133-303019
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
C/o Clare House, 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Contact person: Michelle Frew
E-mail: michelle.frew@finance-ni.gov.uk
NUTS code: UK
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DoF DSS — Digital NI Procurement Programme – Financial and Commercial Advisory Support
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Department of Finance Digital Shared Services is in the process of developing a procurement strategy that will enable the purchasing of capability and services for continuity of digital application managed services and contact centre services and to deliver innovation skills and techniques through value for money mechanisms that will ensure the successful delivery of Citizen Contact, the Digital Transformation Strategy and Programme for Government Outcomes. DSS require the services of a financial advisory team to complete a Programme Level Business Case and associated Outline Business Cases to support all procurement activity detailed in the strategy, provide financial and commercial advisory services to assist with the completion of all procurement projects within the Digital NI Procurement Programme and to support the account management teams manage all contracts and frameworks in line with the contractual terms agreed.
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 Department of Finance Digital Shared Services is in the process of developing a procurement strategy that will enable the purchasing of capability and services for continuity of digital application managed services and contact centre services and to deliver innovation skills and techniques through value for money mechanisms that will ensure the successful delivery of Citizen Contact, the Digital Transformation Strategy and Programme for Government Outcomes. DSS require the services of a financial advisory team to complete a Programme Level Business Case and associated Outline Business Cases to support all procurement activity detailed in the strategy, provide financial and commercial advisory services to assist with the completion of all procurement projects within the Digital NI Procurement Programme and to support the account management teams manage all contracts and frameworks in line with the contractual terms agreed.
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 will be for 5 years (the Digital NI Procurement Programme duration). The Client may at any time before the completion of the Contract Period invite the Contractor to agree to extend for a further 7 periods of up to and including 12 months each commencing from the termination date of the original Contract Period.
II.2.10)Information about variants
II.2.11)Information about options
The initial Contract period will be for 5 years (the Digital NI Procurement Programme duration). The Client may at any time before the completion of the Contract Period invite the Contractor to agree to extend for a further 7 periods of up to and including 12 months each commencing from the termination date of the original Contract Period.
II.2.13)Information about European Union funds
II.2.14)Additional information
The figure in II.1.5 represents the upper limit of an estimated contract value, including all extension periods which ranges from 450 000 to 750 000 GBP. This reflects the potential scale of the contract such changes to the scope / and or scale which may result from future requirements. The pricing strategy applied and setting of cost / profit margins are a commercial decision for economic operators.
Section III: Legal, economic, financial and technical information
III.2.2)Contract performance conditions:
As per Standard Conditions of Contract Schedule 3 Contract Management and Monitoring Schedule.
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Contract Management / Monitoring. The successful Contractor’s performance on this Contract will be managed as per specification and regularly monitored in accordance with the Standard Conditions of Contract Schedule 3 (see Procurement Guidance Note 01/12 Contract Management. https://www.finance-ni.gov.uk/sites/default/files/publications/dfp/PGN-01012-Contract-Management-Principles-Procedures-25-Sept-2017.PDF) . 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 Central Procurement Directorate 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 Written Warning and Notice of Unsatisfactory Performance and this Contract may be terminated. The issue of a Notice of Written Warning and 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 up to three years from the date of issue of the Notice. The Authority expressly reserves the rights:
(a) not to award any contract as a result of the procurement process commenced by publication of this notice;
(b) to make whatever changes it may see fit to the content and structure of the tendering Competition;
(c) to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and
(d) to award contract(s) in stages; and in no circumstances will the Authority be liable for any costs incurred by candidates.
VI.4.1)Review body
As above
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. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice: