Award

DoF - Digital NI - Contact Centre Services for Government

DEPARTMENT OF FINANCE

This public procurement record has 2 releases in its history.

Award

25 Jan 2022 at 10:55

Tender

11 Feb 2021 at 17:08

Summary of the contracting process

The Department of Finance (DoF) in Belfast is currently in the process of procuring a comprehensive digital contact centre solution, titled "DoF - Digital NI - Contact Centre Services for Government." This procurement falls under the services industry category, specifically focusing on call centre services. The contract is expected to have a maximum value of £100 million and aims to establish a fully managed contact centre capable of addressing existing and future public service needs. The procurement is in the active stage, with the tender process initiated on 11th February 2021, and it projected to end on 15th March 2021. The supplier will be responsible for setting up a 24/7 emergency response line and various technology solutions, with a notable completion deadline for the transition of services by 10th October 2022.

This procurement opportunity presents significant growth prospects for businesses specialising in contact centre operations, telecommunications, and related service provisions. Companies capable of offering scalable solutions that can adapt to the needs of multiple public sector clients will be particularly competitive. The initiative underlines the Northern Ireland public sector's strategy to consolidate contact centre services for enhanced efficiency and cost savings, potentially opening the door for innovative service providers looking to enter or expand within the public contracting landscape.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

DoF - Digital NI - Contact Centre Services for Government

Notice Description

DoF is seeking to procure the services of a Supplier to deliver the following services as a minimum; a) Provision of a fully managed Contact Centre solution that can service the current needs and outcomes for Citizens. The Supplier is required to provide the infrastructure, technology, management, and resourcing of the Contact Centre. b) Servicing and management of calls for a 24,7 Flooding Incident Line requirements. c) Servicing and management of calls for Emergency Response requirements. d) Technology solutions deployed in the Contact Centre are to be extendable to back office Satellite Services to enable internal business areas to manage their own contacts and calls. In support of the above requirements, the following also needs to be provided; The Supplier will be required to plan and manage the transition of the services including engagement with the existing Supplier to ensure full Transition is completed no later than the 10th October 2022. The Northern Ireland NI Public Sector requirements for future Contact Centre services, coupled with pressures elsewhere in the NI public sector and the UK Government's recognition of the need to consolidate common service provision, drives the requirement to consolidate Contact Centre Services for potential cost savings across the NI public sector. The scope of the new Contract will be scalable to cover the needs for shared Contact Centre services across the NI public sector. The transition of services will cover the existing service users (referred to Phase 1 organisations) whereas the Phase 2 organisations may opt to use this Contract at a later stage. PHASE 1 organisations are (procured and priced as part of this Procurement) - Northern Ireland Civil Service (NICS) Departments (including the Department of Finance (DoF) as the contracting party on behalf of all organisations), The Executive Office, Department of Agriculture, Environment and Rural Affairs, Department for Communities, Department of Education, Department for the Economy, Department of Finance, Department for Infrastructure, Department of Health, Department of Justice, Public Prosecution Service for NI, Compensation Agency, Driver and Vehicle Agency (DVA), Forensic Science Northern Ireland, Forest Service, Land and Property Services (LPS), Northern Ireland Courts and Tribunals Service (NICTS), Northern Ireland Environment Agency (NIEA), Northern Ireland Prison Service, Northern Ireland Statistics and Research Agency (NISRA), Northern Ireland Legal Services Agency (LSA), Rivers Agency, Youth Justice Agency, Charity Commission for Northern Ireland, Consumer Council for Northern Ireland, Education Authority, Health and Safety Executive for Northern Ireland (HSENI), Northern Ireland Civil Service Pension Board, Northern Ireland Office, Northern Ireland Audit Office (NIAO), Armagh City, Banbridge and Craigavon Borough Council (Planning Services ) and PHASE 2 organisations are (procured and a mechanism for pricing established as part of this Procurement should such organisations ascribe to this contract at a later stage). Other public sector organisations such as those bodies as covered by the Northern Ireland Public Procurement Policy (as listed in the attached document with this competition - Phase 2 Organisations).

Lot Information

Lot 1

DoF is seeking to procure the services of a Supplier to deliver the following services as a minimum; a) Provision of a fully managed Contact Centre solution that can service the current needs and outcomes for Citizens. The Supplier is required to provide the infrastructure, technology, management, and resourcing of the Contact Centre. b) Servicing and management of calls for a 24,7 Flooding Incident Line requirements. c) Servicing and management of calls for Emergency Response requirements. d) Technology solutions deployed in the Contact Centre are to be extendable to back office Satellite Services to enable internal business areas to manage their own contacts and calls. In support of the above requirements, the following also needs to be provided; The Supplier will be required to plan and manage the transition of the services including engagement with the existing Supplier to ensure full Transition is completed no later than the 10th October 2022. The Northern Ireland NI Public Sector requirements for future Contact Centre services, coupled with pressures elsewhere in the NI public sector and the UK Government's recognition of the need to consolidate common service provision, drives the requirement to consolidate Contact Centre Services for potential cost savings across the NI public sector. The scope of the new Contract will be scalable to cover the needs for shared Contact Centre services across the NI public sector. The transition of services will cover the existing service users (referred to Phase 1 organisations) whereas the Phase 2 organisations may opt to use this Contract at a later stage. PHASE 1 organisations are (procured and priced as part of this Procurement) - Northern Ireland Civil Service (NICS) Departments (including the Department of Finance (DoF) as the contracting party on behalf of all organisations), The Executive Office, Department of Agriculture, Environment and Rural Affairs, Department for Communities, Department of Education, Department for the Economy, Department of Finance, Department for Infrastructure, Department of Health, Department of Justice, Public Prosecution Service for NI, Compensation Agency, Driver and Vehicle Agency (DVA), Forensic Science Northern Ireland, Forest Service, Land and Property Services (LPS), Northern Ireland Courts and Tribunals Service (NICTS), Northern Ireland Environment Agency (NIEA), Northern Ireland Prison Service, Northern Ireland Statistics and Research Agency (NISRA), Northern Ireland Legal Services Agency (LSA), Rivers Agency, Youth Justice Agency, Charity Commission for Northern Ireland, Consumer Council for Northern Ireland, Education Authority, Health and Safety Executive for Northern Ireland (HSENI), Northern Ireland Civil Service Pension Board, Northern Ireland Office, Northern Ireland Audit Office (NIAO), Armagh City, Banbridge and Craigavon Borough Council (Planning Services ) and PHASE 2 organisations are (procured and a mechanism for pricing established as part of this Procurement should such organisations ascribe to this contract at a later stage). Other public sector organisations such as those bodies as covered by the Northern Ireland Public Procurement Policy (as listed in the attached document with this competition - Phase 2 Organisations).

Options: To allow for a sufficient return of investment, 7 years is considered an appropriate Contract duration. There will be an opportunity to extend the contract for an additional 2 years. Therefore, the potential maximum contract length is 9 years 7 years initial period and a potential 2 year extension.

Renewal: To allow for a sufficient return of investment 7 years is considered an appropriate duration. There will be an opportunity to extend the contract for an additional 2 yrs. Therefore, the potential max. contract length is 9 years (7 years initial period and a potential 2 year extension). PS100m is the estimated value of the contract over the 9 year period.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02927b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/002124-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

32 - Radio, television, communication, telecommunication and related equipment

64 - Postal and telecommunications services

66 - Financial and insurance services

72 - IT services: consulting, software development, Internet and support

75 - Administration, defence and social security services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

30200000 - Computer equipment and supplies

32522000 - Telecommunications equipment

32523000 - Telecommunications facilities

32524000 - Telecommunications system

64100000 - Post and courier services

64200000 - Telecommunications services

66172000 - Financial transaction processing and clearing-house services

72500000 - Computer-related services

75100000 - Administration services

75130000 - Supporting services for the government

79211110 - Payroll management services

79342300 - Customer services

79500000 - Office-support services

79510000 - Telephone-answering services

79511000 - Telephone operator services

79512000 - Call centre

79521000 - Photocopying services

79530000 - Translation services

79540000 - Interpretation services

79570000 - Mailing-list compilation and mailing services

79600000 - Recruitment services

79992000 - Reception services

79993000 - Building and facilities management services

79994000 - Contract administration services

79996100 - Records management

79999000 - Scanning and invoicing services

Notice Value(s)

Tender Value
£100,000,000 £100M-£1B
Lots Value
£100,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
£100,000,000 £100M-£1B

Notice Dates

Publication Date
25 Jan 20224 years ago
Submission Deadline
15 Mar 2021Expired
Future Notice Date
Not specified
Award Date
17 Jan 20224 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF FINANCE
Additional Buyers

DEPARTMENT OF FINANCE DOF

Contact Name
Tony.Harveyfinance-ni.gov.uk
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

SERCO

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02927b-2022-01-25T10:55:02Z",
    "date": "2022-01-25T10:55:02Z",
    "ocid": "ocds-h6vhtk-02927b",
    "description": "The figure indicated in V2.4 represents the maximum contract value PS100m. This is a maximum figure that 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.",
    "initiationType": "tender",
    "tender": {
        "id": "3320512",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DoF - Digital NI - Contact Centre Services for Government",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79512000",
            "description": "Call centre"
        },
        "mainProcurementCategory": "services",
        "description": "DoF is seeking to procure the services of a Supplier to deliver the following services as a minimum; a) Provision of a fully managed Contact Centre solution that can service the current needs and outcomes for Citizens. The Supplier is required to provide the infrastructure, technology, management, and resourcing of the Contact Centre. b) Servicing and management of calls for a 24,7 Flooding Incident Line requirements. c) Servicing and management of calls for Emergency Response requirements. d) Technology solutions deployed in the Contact Centre are to be extendable to back office Satellite Services to enable internal business areas to manage their own contacts and calls. In support of the above requirements, the following also needs to be provided; The Supplier will be required to plan and manage the transition of the services including engagement with the existing Supplier to ensure full Transition is completed no later than the 10th October 2022. The Northern Ireland NI Public Sector requirements for future Contact Centre services, coupled with pressures elsewhere in the NI public sector and the UK Government's recognition of the need to consolidate common service provision, drives the requirement to consolidate Contact Centre Services for potential cost savings across the NI public sector. The scope of the new Contract will be scalable to cover the needs for shared Contact Centre services across the NI public sector. The transition of services will cover the existing service users (referred to Phase 1 organisations) whereas the Phase 2 organisations may opt to use this Contract at a later stage. PHASE 1 organisations are (procured and priced as part of this Procurement) - Northern Ireland Civil Service (NICS) Departments (including the Department of Finance (DoF) as the contracting party on behalf of all organisations), The Executive Office, Department of Agriculture, Environment and Rural Affairs, Department for Communities, Department of Education, Department for the Economy, Department of Finance, Department for Infrastructure, Department of Health, Department of Justice, Public Prosecution Service for NI, Compensation Agency, Driver and Vehicle Agency (DVA), Forensic Science Northern Ireland, Forest Service, Land and Property Services (LPS), Northern Ireland Courts and Tribunals Service (NICTS), Northern Ireland Environment Agency (NIEA), Northern Ireland Prison Service, Northern Ireland Statistics and Research Agency (NISRA), Northern Ireland Legal Services Agency (LSA), Rivers Agency, Youth Justice Agency, Charity Commission for Northern Ireland, Consumer Council for Northern Ireland, Education Authority, Health and Safety Executive for Northern Ireland (HSENI), Northern Ireland Civil Service Pension Board, Northern Ireland Office, Northern Ireland Audit Office (NIAO), Armagh City, Banbridge and Craigavon Borough Council (Planning Services ) and PHASE 2 organisations are (procured and a mechanism for pricing established as part of this Procurement should such organisations ascribe to this contract at a later stage). Other public sector organisations such as those bodies as covered by the Northern Ireland Public Procurement Policy (as listed in the attached document with this competition - Phase 2 Organisations).",
        "value": {
            "amount": 100000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "DoF is seeking to procure the services of a Supplier to deliver the following services as a minimum; a) Provision of a fully managed Contact Centre solution that can service the current needs and outcomes for Citizens. The Supplier is required to provide the infrastructure, technology, management, and resourcing of the Contact Centre. b) Servicing and management of calls for a 24,7 Flooding Incident Line requirements. c) Servicing and management of calls for Emergency Response requirements. d) Technology solutions deployed in the Contact Centre are to be extendable to back office Satellite Services to enable internal business areas to manage their own contacts and calls. In support of the above requirements, the following also needs to be provided; The Supplier will be required to plan and manage the transition of the services including engagement with the existing Supplier to ensure full Transition is completed no later than the 10th October 2022. The Northern Ireland NI Public Sector requirements for future Contact Centre services, coupled with pressures elsewhere in the NI public sector and the UK Government's recognition of the need to consolidate common service provision, drives the requirement to consolidate Contact Centre Services for potential cost savings across the NI public sector. The scope of the new Contract will be scalable to cover the needs for shared Contact Centre services across the NI public sector. The transition of services will cover the existing service users (referred to Phase 1 organisations) whereas the Phase 2 organisations may opt to use this Contract at a later stage. PHASE 1 organisations are (procured and priced as part of this Procurement) - Northern Ireland Civil Service (NICS) Departments (including the Department of Finance (DoF) as the contracting party on behalf of all organisations), The Executive Office, Department of Agriculture, Environment and Rural Affairs, Department for Communities, Department of Education, Department for the Economy, Department of Finance, Department for Infrastructure, Department of Health, Department of Justice, Public Prosecution Service for NI, Compensation Agency, Driver and Vehicle Agency (DVA), Forensic Science Northern Ireland, Forest Service, Land and Property Services (LPS), Northern Ireland Courts and Tribunals Service (NICTS), Northern Ireland Environment Agency (NIEA), Northern Ireland Prison Service, Northern Ireland Statistics and Research Agency (NISRA), Northern Ireland Legal Services Agency (LSA), Rivers Agency, Youth Justice Agency, Charity Commission for Northern Ireland, Consumer Council for Northern Ireland, Education Authority, Health and Safety Executive for Northern Ireland (HSENI), Northern Ireland Civil Service Pension Board, Northern Ireland Office, Northern Ireland Audit Office (NIAO), Armagh City, Banbridge and Craigavon Borough Council (Planning Services ) and PHASE 2 organisations are (procured and a mechanism for pricing established as part of this Procurement should such organisations ascribe to this contract at a later stage). Other public sector organisations such as those bodies as covered by the Northern Ireland Public Procurement Policy (as listed in the attached document with this competition - Phase 2 Organisations).",
                "value": {
                    "amount": 100000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "To allow for a sufficient return of investment 7 years is considered an appropriate duration. There will be an opportunity to extend the contract for an additional 2 yrs. Therefore, the potential max. contract length is 9 years (7 years initial period and a potential 2 year extension). PS100m is the estimated value of the contract over the 9 year period."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "To allow for a sufficient return of investment, 7 years is considered an appropriate Contract duration. There will be an opportunity to extend the contract for an additional 2 years. Therefore, the potential maximum contract length is 9 years 7 years initial period and a potential 2 year extension."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "AC1a Approach to implementation to include transition",
                            "type": "quality",
                            "description": "7.875"
                        },
                        {
                            "name": "AC1b Details of the roles required to deliver the implementation and assurances for how these roles will be made available, with appropriately experienced staff, for the planned transition period.",
                            "type": "quality",
                            "description": "2.625"
                        },
                        {
                            "name": "AC2a. Core Contact Centre and Satellite Services requirements",
                            "type": "quality",
                            "description": "8.82"
                        },
                        {
                            "name": "AC2b. Flooding Incident Line FIL",
                            "type": "quality",
                            "description": "3.675"
                        },
                        {
                            "name": "AC2c. Emergency Response Line ERL",
                            "type": "quality",
                            "description": "2.205"
                        },
                        {
                            "name": "AC3 Technology",
                            "type": "quality",
                            "description": "7"
                        },
                        {
                            "name": "AC4 Service Quality",
                            "type": "quality",
                            "description": "7"
                        },
                        {
                            "name": "AC5a Scenario 1 - Planned Seasonal Variation",
                            "type": "quality",
                            "description": "2.8"
                        },
                        {
                            "name": "AC5b Scenario 2 - Unplanned Increase in Contract Volumes",
                            "type": "quality",
                            "description": "2.1"
                        },
                        {
                            "name": "AC5c Scenario 3 - Change at Short Notice",
                            "type": "quality",
                            "description": "2.1"
                        },
                        {
                            "name": "AC6a Channel Shift Requirements",
                            "type": "quality",
                            "description": "6.65"
                        },
                        {
                            "name": "AC6b Continuous Improvement and Innovation",
                            "type": "quality",
                            "description": "6.65"
                        },
                        {
                            "name": "AC7 Social Value",
                            "type": "quality",
                            "description": "10.5"
                        },
                        {
                            "name": "AC8 NPV of the Total Cost of the Services",
                            "type": "cost",
                            "description": "21"
                        },
                        {
                            "name": "AC9 Impact of Sensitivity Testing",
                            "type": "cost",
                            "description": "3"
                        },
                        {
                            "name": "AC10 - Pricing for Supplier Personnel Rate Card - Onboarding of New Services",
                            "type": "cost",
                            "description": "3"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79500000",
                        "description": "Office-support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79510000",
                        "description": "Telephone-answering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75100000",
                        "description": "Administration services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79511000",
                        "description": "Telephone operator services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32522000",
                        "description": "Telecommunications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32523000",
                        "description": "Telecommunications facilities"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32524000",
                        "description": "Telecommunications system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66172000",
                        "description": "Financial transaction processing and clearing-house services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75130000",
                        "description": "Supporting services for the government"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79211110",
                        "description": "Payroll management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79342300",
                        "description": "Customer services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79530000",
                        "description": "Translation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79570000",
                        "description": "Mailing-list compilation and mailing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79600000",
                        "description": "Recruitment services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79992000",
                        "description": "Reception services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993000",
                        "description": "Building and facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79994000",
                        "description": "Contract administration services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79996100",
                        "description": "Records management"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79999000",
                        "description": "Scanning and invoicing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64100000",
                        "description": "Post and courier services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79521000",
                        "description": "Photocopying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72500000",
                        "description": "Computer-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30200000",
                        "description": "Computer equipment and supplies"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Candidates will be assessed in accordance with Regulation 58 of the Public Contract Regulations 2015 (as amended) as set out in the Information Memorandum and Instructions to Tenderers document and Selection Questionnaire. A selection process will also be used to identify economic operators, who having submitted a response to the Selection Questionnaire, sufficiently demonstrate to the Department's satisfaction the appropriate technical and professional ability, economic, financial and legal standing to meet the requirements of the Contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The award of the Contract will be subject to the highest ranked Supplier demonstrating that the minimum requirements specified in the selection questionnaire continue to be met and that there is no material adverse change to the standing of the Supplier. The Contract award will also be subject to all other necessary due diligence being carried out by the Authority. Contract performance will be subject to the conditions specified in the contract, which may include social and environmental clauses in order to promote equality of opportunity and sustainable development. Further details are set out at Section VI.3 below and in the Procurement Documentation."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "noNegotiationNecessary": true,
            "invitationDate": "2021-04-19T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-03-15T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2021-06-13T23:59:59+01:00"
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a. standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers.. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into."
    },
    "parties": [
        {
            "id": "GB-FTS-5386",
            "name": "Department of Finance DoF",
            "identifier": {
                "legalName": "Department of Finance DoF"
            },
            "address": {
                "streetAddress": "303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Tony.Harveyfinance-ni.gov.uk",
                "email": "SSDAdmin.CPD@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-5387",
            "name": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of PCR 2015 as amended",
            "identifier": {
                "legalName": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of PCR 2015 as amended"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-3552",
            "name": "Department of Finance",
            "identifier": {
                "legalName": "Department of Finance"
            },
            "address": {
                "streetAddress": "303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-41848",
            "name": "SERCO LTD",
            "identifier": {
                "legalName": "SERCO LTD"
            },
            "address": {
                "streetAddress": "SERCO HOUSE",
                "locality": "HOOK",
                "region": "UK",
                "postalCode": "RG27 9UY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 01256745900",
                "email": "enquiries@emergencyplanningcollege4.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-41849",
            "name": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of PCR 2015 as amended",
            "identifier": {
                "legalName": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of PCR 2015 as amended"
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-3552",
        "name": "Department of Finance"
    },
    "language": "en",
    "awards": [
        {
            "id": "002124-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "DoF - Digital NI - Contact Centre Services for Government",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-41848",
                    "name": "SERCO LTD"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "002124-2022-1-1",
            "awardID": "002124-2022-1-1",
            "title": "DoF - Digital NI - Contact Centre Services for Government",
            "status": "active",
            "value": {
                "amount": 100000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-01-17T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}