Award

Integrated HR, Payroll, Finance and Procurement Solution for the Northern Ireland Assembly Commission BR-040-2021

NI ASSEMBLY

This public procurement record has 2 releases in its history.

Award

02 Feb 2022 at 16:54

Tender

16 Jul 2021 at 16:14

Summary of the contracting process

The Northern Ireland Assembly Commission is undertaking a tender for the Integrated HR, Payroll, Finance and Procurement Solution, identified as BR-040-2021. This procurement, categorised under IT services, is based in Belfast, Northern Ireland, and aims to select a single contractor to implement a cloud-hosted integrated solution with a maximum budget of £3 million. The procurement method is a selective competitive negotiation procedure, designed to streamline the process effectively with limits on negotiations. Key dates include the tender period ending on 20 August 2021 and a contract duration of five years, with optional extensions of up to one year each.

This contract presents significant opportunities for businesses in the IT services sector, particularly those specialised in cloud solutions and integrated software development. Companies that possess experience in delivering comprehensive HR, payroll, finance, and procurement systems, especially those that can propose off-the-shelf solutions with minimal customisation, would be well-suited to compete. The contracting authority emphasises their need for a single solution leader, encouraging both individual contractors and consortia to apply, thereby fostering collaboration among SMEs and larger service providers.

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

Notice Title

Integrated HR, Payroll, Finance and Procurement Solution for the Northern Ireland Assembly Commission BR-040-2021

Notice Description

The Northern Ireland Assembly Commission (the Assembly Commission) is seeking to procure a single contractor to provide, implement and maintain a cloud hosted SaaS integrated HR, payroll, finance and procurement solution. This is likely to be an off-the-shelf solution with minimal customisations. The procurement exercise will be conducted in accordance with the competitive negotiation procedure pursuant to Regulation 29 of the Public Contracts Regulations 2015 (as amended) (Regulations) (PCR). The Assembly Commission wishes to conduct an efficient, effective and streamlined competitive negotiation process and does not wish to engage in any unnecessary negotiations that imposes costs on all parties and causes delay. Accordingly, it is envisaged that certain limits will be placed on the extent of negotiations that will be permitted. The Assembly Commission will only accept tender bids that propose a solution model that meets the key requirements for HR, payroll and finance and is within our estimated maximum budget of PS3M for the entire duration of the contract. A single solution may be proposed by a single contractor or a consortium of suppliers may come together propose a solution, but must be led by a single lead contractor. Alternatively, a series of solutions may be proposed again by one supplier or a consortiums of suppliers, but must also be led by a single lead contractor. To be clear, the Assembly Commission will only enter into one contract for this solution. The lead contractor will be responsible for any other suppliers/sub-contractors with whom they propose to work together to provide a solution for the Assembly Commission. The lead contractor will act as the single point of contact for the Assembly Commission and will hold responsibility for dealing with all contractual matters for the Assembly Commission. As the over-arching objective of the Systems Review Project is a move to having one version of the truth, prevention of duplication of data and access to information across the solution in real time, the decision was taken to appoint a sole contractor to manage, maintain and underwrite the solution configuration who will take overall responsibility for the implementation, maintenance and support of the entire configured solution so that these project objectives are achieved. Awarding multiple contracts or splitting the in-scope functions into separate contracts will not be facilitated. This contract will be awarded to one supplier for a period of 5 years. There will be five optional extension periods of up to one year each. It is the intention that the highest ranked tender submission will be awarded this contract. The Assembly Commission recognise that they are a number of solutions in the marketplace that can provide an integrated solution that will meet our needs. In order to manage expectations of potential Tenderers, the Assembly Commission are placing a cap on the overall IT solution implementation and ongoing licensing, support and maintenance costs over a ten year period of PS3m.

Lot Information

Lot 1

The Northern Ireland Assembly Commission (the Assembly Commission) is seeking to procure a single contractor to provide, implement and maintain a cloud hosted SaaS integrated HR, payroll, finance and procurement solution. This is likely to be an off-the-shelf solution with minimal customisations. The procurement exercise will be conducted in accordance with the competitive negotiation procedure pursuant to Regulation 29 of the Public Contracts Regulations 2015 (as amended) (Regulations) (PCR). The Assembly Commission wishes to conduct an efficient, effective and streamlined competitive negotiation process and does not wish to engage in any unnecessary negotiations that imposes costs on all parties and causes delay. Accordingly, it is envisaged that certain limits will be placed on the extent of negotiations that will be permitted. The Assembly Commission will only accept tender bids that propose a solution model that meets the key requirements for HR, payroll and finance and is within our estimated maximum budget of PS3M for the entire duration of the contract. A single solution may be proposed by a single contractor or a consortium of suppliers may come together propose a solution, but must be led by a single lead contractor. Alternatively, a series of solutions may be proposed again by one supplier or a consortiums of suppliers, but must also be led by a single lead contractor. To be clear, the Assembly Commission will only enter into one contract for this solution. The lead contractor will be responsible for any other suppliers/sub-contractors with whom they propose to work together to provide a solution for the Assembly Commission. The lead contractor will act as the single point of contact for the Assembly Commission and will hold responsibility for dealing with all contractual matters for the Assembly Commission. As the over-arching objective of the Systems Review Project is a move to having one version of the truth, prevention of duplication of data and access to information across the solution in real time, the decision was taken to appoint a sole contractor to manage, maintain and underwrite the solution configuration who will take overall responsibility for the implementation, maintenance and support of the entire configured solution so that these project objectives are achieved. Awarding multiple contracts or splitting the in-scope functions into separate contracts will not be facilitated. This contract will be awarded to one supplier for a period of 5 years. There will be five optional extension periods of up to one year each. It is the intention that the highest ranked tender submission will be awarded this contract. The Assembly Commission recognise that they are a number of solutions in the marketplace that can provide an integrated solution that will meet our needs. In order to manage expectations of potential Tenderers, the Assembly Commission are placing a cap on the overall IT solution implementation and ongoing licensing, support and maintenance costs over a ten year period of PS3m.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02c936
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003045-2022
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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

72200000 - Software programming and consultancy services

72210000 - Programming services of packaged software products

72211000 - Programming services of systems and user software

72212000 - Programming services of application software

72212100 - Industry specific software development services

72212440 - Financial analysis and accounting software development services

72250000 - System and support services

72260000 - Software-related services

72261000 - Software support services

72262000 - Software development services

72263000 - Software implementation services

72264000 - Software reproduction services

72265000 - Software configuration services

72267000 - Software maintenance and repair services

72268000 - Software supply services

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
£3,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£3,000,000 £1M-£10M

Notice Dates

Publication Date
2 Feb 20224 years ago
Submission Deadline
20 Aug 2021Expired
Future Notice Date
Not specified
Award Date
31 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
NI ASSEMBLY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BELFAST
Postcode
BT4 3XX
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
TLN Northern Ireland, TLN0 Northern Ireland, TLN06 Belfast

Local Authority
Belfast
Electoral Ward
Stormont
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

EMBRIDGE CONSULTING

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-02c936-2022-02-02T16:54:02Z",
    "date": "2022-02-02T16:54:02Z",
    "ocid": "ocds-h6vhtk-02c936",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02c936",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Integrated HR, Payroll, Finance and Procurement Solution for the Northern Ireland Assembly Commission BR-040-2021",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "The Northern Ireland Assembly Commission (the Assembly Commission) is seeking to procure a single contractor to provide, implement and maintain a cloud hosted SaaS integrated HR, payroll, finance and procurement solution. This is likely to be an off-the-shelf solution with minimal customisations. The procurement exercise will be conducted in accordance with the competitive negotiation procedure pursuant to Regulation 29 of the Public Contracts Regulations 2015 (as amended) (Regulations) (PCR). The Assembly Commission wishes to conduct an efficient, effective and streamlined competitive negotiation process and does not wish to engage in any unnecessary negotiations that imposes costs on all parties and causes delay. Accordingly, it is envisaged that certain limits will be placed on the extent of negotiations that will be permitted. The Assembly Commission will only accept tender bids that propose a solution model that meets the key requirements for HR, payroll and finance and is within our estimated maximum budget of PS3M for the entire duration of the contract. A single solution may be proposed by a single contractor or a consortium of suppliers may come together propose a solution, but must be led by a single lead contractor. Alternatively, a series of solutions may be proposed again by one supplier or a consortiums of suppliers, but must also be led by a single lead contractor. To be clear, the Assembly Commission will only enter into one contract for this solution. The lead contractor will be responsible for any other suppliers/sub-contractors with whom they propose to work together to provide a solution for the Assembly Commission. The lead contractor will act as the single point of contact for the Assembly Commission and will hold responsibility for dealing with all contractual matters for the Assembly Commission. As the over-arching objective of the Systems Review Project is a move to having one version of the truth, prevention of duplication of data and access to information across the solution in real time, the decision was taken to appoint a sole contractor to manage, maintain and underwrite the solution configuration who will take overall responsibility for the implementation, maintenance and support of the entire configured solution so that these project objectives are achieved. Awarding multiple contracts or splitting the in-scope functions into separate contracts will not be facilitated. This contract will be awarded to one supplier for a period of 5 years. There will be five optional extension periods of up to one year each. It is the intention that the highest ranked tender submission will be awarded this contract. The Assembly Commission recognise that they are a number of solutions in the marketplace that can provide an integrated solution that will meet our needs. In order to manage expectations of potential Tenderers, the Assembly Commission are placing a cap on the overall IT solution implementation and ongoing licensing, support and maintenance costs over a ten year period of PS3m.",
        "value": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Northern Ireland Assembly Commission (the Assembly Commission) is seeking to procure a single contractor to provide, implement and maintain a cloud hosted SaaS integrated HR, payroll, finance and procurement solution. This is likely to be an off-the-shelf solution with minimal customisations. The procurement exercise will be conducted in accordance with the competitive negotiation procedure pursuant to Regulation 29 of the Public Contracts Regulations 2015 (as amended) (Regulations) (PCR). The Assembly Commission wishes to conduct an efficient, effective and streamlined competitive negotiation process and does not wish to engage in any unnecessary negotiations that imposes costs on all parties and causes delay. Accordingly, it is envisaged that certain limits will be placed on the extent of negotiations that will be permitted. The Assembly Commission will only accept tender bids that propose a solution model that meets the key requirements for HR, payroll and finance and is within our estimated maximum budget of PS3M for the entire duration of the contract. A single solution may be proposed by a single contractor or a consortium of suppliers may come together propose a solution, but must be led by a single lead contractor. Alternatively, a series of solutions may be proposed again by one supplier or a consortiums of suppliers, but must also be led by a single lead contractor. To be clear, the Assembly Commission will only enter into one contract for this solution. The lead contractor will be responsible for any other suppliers/sub-contractors with whom they propose to work together to provide a solution for the Assembly Commission. The lead contractor will act as the single point of contact for the Assembly Commission and will hold responsibility for dealing with all contractual matters for the Assembly Commission. As the over-arching objective of the Systems Review Project is a move to having one version of the truth, prevention of duplication of data and access to information across the solution in real time, the decision was taken to appoint a sole contractor to manage, maintain and underwrite the solution configuration who will take overall responsibility for the implementation, maintenance and support of the entire configured solution so that these project objectives are achieved. Awarding multiple contracts or splitting the in-scope functions into separate contracts will not be facilitated. This contract will be awarded to one supplier for a period of 5 years. There will be five optional extension periods of up to one year each. It is the intention that the highest ranked tender submission will be awarded this contract. The Assembly Commission recognise that they are a number of solutions in the marketplace that can provide an integrated solution that will meet our needs. In order to manage expectations of potential Tenderers, the Assembly Commission are placing a cap on the overall IT solution implementation and ongoing licensing, support and maintenance costs over a ten year period of PS3m.",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "At selection stage (stage 1) tenderers who pass all eligibility criteria (pass/fail scoring) will progress to have their responses to selection questions evaluated. There are two selection crtieria. 1 - Company Experience (weighted at 80 percent of total score) and 2 - Multiple Employment Contracts for Payroll (weighted 20 percent of total score). This will be scored on a 0-5 scale. . These objective and non-discriminatory selection criteria to be applied by the Assembly Commission for the pre-qualification of candidates. Where there is a sufficient number of candidates who are eligible and sufficiently qualified to participate in the award stage of the competition, the Assembly Commission will limit the number of candidates which it will invite to tender to a maximum of the five highest-ranked candidates. In the event that score are tied at fifth position (i.e. equal marks), the Assembly Commission reserves the right to extend the shortlist to the requisite number."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "As detailed in tender documents",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "As detailed in tender documents",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72250000",
                        "description": "System and support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72261000",
                        "description": "Software support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72262000",
                        "description": "Software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72263000",
                        "description": "Software implementation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72264000",
                        "description": "Software reproduction services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72265000",
                        "description": "Software configuration services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72267000",
                        "description": "Software maintenance and repair services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72268000",
                        "description": "Software supply services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72210000",
                        "description": "Programming services of packaged software products"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72211000",
                        "description": "Programming services of systems and user software"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212000",
                        "description": "Programming services of application software"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212100",
                        "description": "Industry specific software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212440",
                        "description": "Financial analysis and accounting software development services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN06"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN06"
                    }
                ],
                "deliveryLocation": {
                    "description": "Belfast, Northern Ireland"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.etendersni.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "None",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-08-20T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-17",
            "name": "NI Assembly",
            "identifier": {
                "legalName": "NI Assembly"
            },
            "address": {
                "streetAddress": "Parliament Buildings",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT4 3XX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "procurementniassembly.gov.uk",
                "email": "procurement@niassembly.gov.uk",
                "url": "http://www.etendersni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "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",
                        "description": "Legislature"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-8667",
            "name": "None",
            "identifier": {
                "legalName": "None"
            },
            "address": {
                "locality": "None",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-43048",
            "name": "EMBRIDGE CONSULTING UK LIMITED",
            "identifier": {
                "legalName": "EMBRIDGE CONSULTING UK LIMITED"
            },
            "address": {
                "streetAddress": "The Old Rectory Business Centre Springhead Road, Northfleet",
                "locality": "GRAVESEND",
                "region": "UK",
                "postalCode": "DA11 8HN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "enquiries@embridgeconsulting.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-1091",
            "name": "N/A",
            "identifier": {
                "legalName": "N/A"
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-17",
        "name": "NI Assembly"
    },
    "language": "en",
    "awards": [
        {
            "id": "003045-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "value": {
                    "amount": 1650000,
                    "currency": "GBP"
                },
                "minimumPercentage": 0.55,
                "maximumPercentage": 0.55,
                "description": "Software Licensing Costs"
            },
            "suppliers": [
                {
                    "id": "GB-FTS-43048",
                    "name": "EMBRIDGE CONSULTING UK LIMITED"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "003045-2022-1-1",
            "awardID": "003045-2022-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 3000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-01-31T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 5
            }
        ]
    }
}