Notice Information
Notice Title
DoF - Civil Service Pensions (CSP) Systems Project
Notice Description
The Department of Finance's Civil Service Pensions (CSP) has a requirement for the provision of a replacement solution for Northern Ireland Civil Service (NICS) Pension Schemes member administration, pensioner payroll, accounting, financial reporting, on-line web services, electronic document management and workflow case management. It is anticipated that the Contract will be for a maximum contract period of 11 1/2 years (which includes a development and implementation period of up to 18 months). This is likely to be on the basis of an implementation period from the effective date (i.e. contract award/ signature) to the operational service commencement date (i.e. "go-live") followed by an initial contract period of seven years (7) years with the option to extend, at the Contracting Authority's discretion, for up to three (3) further periods of one (1) year each. All optional extensions will be subject to review and satisfactory performance assessment conducted by CSP. Please see the procurement documents which provide further information.
Lot Information
Lot 1
The Department of Finance's Civil Service Pensions (CSP) has a requirement for the provision of a replacement solution for Northern Ireland Civil Service (NICS) Pension Schemes member administration, pensioner payroll, accounting, financial reporting, on-line web services, electronic document management and workflow case management. It is anticipated that the Contract will be for a maximum contract period of 11 1/2 years (which includes a development and implementation period of up to 18 months). This is likely to be on the basis of an implementation period from the effective date (i.e. contract award/ signature) to the operational service commencement date (i.e. "go-live") followed by an initial contract period of seven years (7) years with the option to extend, at the Contracting Authority's discretion, for up to three (3) further periods of one (1) year each. All optional extensions will be subject to review and satisfactory performance assessment conducted by CSP. Please see the procurement documents which provide further information. Additional information: The estimated contract value indicated in Section II.1.5 and II.2.6 represents the potential value of the contract over the maximum contract period which ranges from PS8,000,000 GBP to PS20,000,000 GBP exclusive of VAT. This is an estimated range only and the Department reserves the right to award for a lower or higher amount. This range reflects the potential scale of the contract and takes into account changes and potential modifications to the contract that may be required that could not be identified or foreseen at the time of this procurement exercise but which are complementary to the services to be provided to ensure that the CSP operational service is maintained, upgraded and enhanced over its lifetime. It is envisaged that such modifications would be made without requiring a new procurement procedure in accordance with Regulation 72 of the Public Contracts Regulations 2015. This range does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
Options: This contract will have the option to extend, at the Contracting Authority's discretion, for up to three (3) further periods of one (1) year each. All optional extensions will be subject to review and satisfactory performance assessment conducted by Civil Service Pensions.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b7d9
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016668-2024
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
72 - IT services: consulting, software development, Internet and support
75 - Administration, defence and social security services
-
- CPV Codes
66500000 - Insurance and pension services
66520000 - Pension services
72000000 - IT services: consulting, software development, Internet and support
72100000 - Hardware consultancy services
72220000 - Systems and technical consultancy services
72227000 - Software integration consultancy services
72230000 - Custom software development services
72260000 - Software-related services
72300000 - Data services
72320000 - Database services
72400000 - Internet services
72500000 - Computer-related services
72600000 - Computer support and consultancy services
75320000 - Government employee pension schemes
Notice Value(s)
- Tender Value
- £20,000,000 £10M-£100M
- Lots Value
- £20,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 May 20241 years ago
- Submission Deadline
- 22 Jul 2024Expired
- Future Notice Date
- 17 Apr 2022Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF FINANCE
- Contact Name
- Not specified
- Contact Email
- strategicdelivery.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)
- TLN0A Derry City and Strabane
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Derry City and Strabane
- Electoral Ward
- Victoria
- Westminster Constituency
- Foyle
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02b7d9-2024-05-28T17:44:07+01:00",
"date": "2024-05-28T17:44:07+01:00",
"ocid": "ocds-h6vhtk-02b7d9",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02b7d9",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DoF - Civil Service Pensions (CSP) Systems Project",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "The Department of Finance's Civil Service Pensions (CSP) has a requirement for the provision of a replacement solution for Northern Ireland Civil Service (NICS) Pension Schemes member administration, pensioner payroll, accounting, financial reporting, on-line web services, electronic document management and workflow case management. It is anticipated that the Contract will be for a maximum contract period of 11 1/2 years (which includes a development and implementation period of up to 18 months). This is likely to be on the basis of an implementation period from the effective date (i.e. contract award/ signature) to the operational service commencement date (i.e. \"go-live\") followed by an initial contract period of seven years (7) years with the option to extend, at the Contracting Authority's discretion, for up to three (3) further periods of one (1) year each. All optional extensions will be subject to review and satisfactory performance assessment conducted by CSP. Please see the procurement documents which provide further information.",
"lots": [
{
"id": "1",
"description": "The Department of Finance's Civil Service Pensions (CSP) has a requirement for the provision of a replacement solution for Northern Ireland Civil Service (NICS) Pension Schemes member administration, pensioner payroll, accounting, financial reporting, on-line web services, electronic document management and workflow case management. It is anticipated that the Contract will be for a maximum contract period of 11 1/2 years (which includes a development and implementation period of up to 18 months). This is likely to be on the basis of an implementation period from the effective date (i.e. contract award/ signature) to the operational service commencement date (i.e. \"go-live\") followed by an initial contract period of seven years (7) years with the option to extend, at the Contracting Authority's discretion, for up to three (3) further periods of one (1) year each. All optional extensions will be subject to review and satisfactory performance assessment conducted by CSP. Please see the procurement documents which provide further information. Additional information: The estimated contract value indicated in Section II.1.5 and II.2.6 represents the potential value of the contract over the maximum contract period which ranges from PS8,000,000 GBP to PS20,000,000 GBP exclusive of VAT. This is an estimated range only and the Department reserves the right to award for a lower or higher amount. This range reflects the potential scale of the contract and takes into account changes and potential modifications to the contract that may be required that could not be identified or foreseen at the time of this procurement exercise but which are complementary to the services to be provided to ensure that the CSP operational service is maintained, upgraded and enhanced over its lifetime. It is envisaged that such modifications would be made without requiring a new procurement procedure in accordance with Regulation 72 of the Public Contracts Regulations 2015. This range does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.",
"status": "active",
"value": {
"amount": 20000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3060
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 3
},
"selectionCriteria": {
"description": "Candidates will be assessed in accordance with Regulation 58 of the Public Contract Regulations 2015 as set out in the Information Memorandum. A selection process will 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."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "This contract will have the option to extend, at the Contracting Authority's discretion, for up to three (3) further periods of one (1) year each. All optional extensions will be subject to review and satisfactory performance assessment conducted by Civil Service Pensions."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66500000",
"description": "Insurance and pension services"
},
{
"scheme": "CPV",
"id": "66520000",
"description": "Pension services"
},
{
"scheme": "CPV",
"id": "72100000",
"description": "Hardware consultancy services"
},
{
"scheme": "CPV",
"id": "72220000",
"description": "Systems and technical consultancy services"
},
{
"scheme": "CPV",
"id": "72227000",
"description": "Software integration consultancy services"
},
{
"scheme": "CPV",
"id": "72230000",
"description": "Custom software development services"
},
{
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "72320000",
"description": "Database services"
},
{
"scheme": "CPV",
"id": "72400000",
"description": "Internet services"
},
{
"scheme": "CPV",
"id": "72500000",
"description": "Computer-related services"
},
{
"scheme": "CPV",
"id": "72600000",
"description": "Computer support and consultancy services"
},
{
"scheme": "CPV",
"id": "75320000",
"description": "Government employee pension schemes"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2022-04-18T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 20000000,
"currency": "GBP"
},
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Candidates will be assessed in accordance with Regulation 58 of the Public Contract Regulations. 2015 as set out in the Information Memorandum. 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"
]
},
{
"type": "economic",
"description": "As per Tender documentation",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "As per Tender documentation",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "The appointment to the contract will be subject to the preferred supplier demonstrating that the minimum requirements specified in the selection questionnaire continue to be met and that there being no material adverse change to the standing of the supplier. The appointment 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 and the successful Supplier's performance on the contract will be regularly monitored.",
"electronicInvoicingPolicy": "allowed"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"tenderPeriod": {
"endDate": "2024-07-22T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-01-18T23:59:59Z"
}
},
"hasRecurrence": false,
"reviewDetails": "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."
},
"parties": [
{
"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": "strategicdelivery.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-97903",
"name": "Department of Finance",
"identifier": {
"legalName": "Department of Finance"
},
"address": {
"streetAddress": "Waterside House, 75 Duke Street",
"locality": "Derry/Londonderry",
"region": "UK",
"postalCode": "BT47 6FP",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "StrategicDelivery.CPD@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.finance-ni.gov.uk",
"buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement",
"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-114722",
"name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.",
"identifier": {
"legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended."
},
"address": {
"locality": "Belffast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-20217",
"name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.",
"identifier": {
"legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended."
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-97903",
"name": "Department of Finance"
},
"language": "en",
"description": "This competition is being conducted in accordance with the Public Contracts Regulations 2015 (\"the Regulations\") and the Department for Finance (DoF) will use the Competitive Dialogue procedure which is governed by Regulation 30 of the Regulations. Further information on the competition and how the dialogue phase will be structured will be set out in the Information Memorandum and the Instructions for Competitive Dialogue (ICD) which will be issued to those economic operators who advance in the procurement following the evaluation of the responses to the Selection Questionnaire. 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 in respect of any part(s) of the services covered by this notice; and (IV). to award contract in stages and in no circumstances will the Authority be liable for any costs incurred by candidates. The successful contractor's performance on the contract will be regularly monitored in line with the tender documentation. 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 Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue."
}