Award

ID 3836678 DAERA - Information Systems for Laboratories in AFBI, NIEA and DAERA (ISLAND)

THE DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS

This public procurement record has 2 releases in its history.

Award

27 Mar 2023 at 08:29

Tender

20 Oct 2021 at 15:05

Summary of the contracting process

The Department of Agriculture, Environment and Rural Affairs has awarded a contract titled "ID 3836678 DAERA - Information Systems for Laboratories in AFBI, NIEA and DAERA (ISLAND)" in the IT services category. The procurement involved a competitive procedure with negotiation and a contract value of £29,000,000. The procurement stage was completed on 13th March 2023, and the contract is currently active. The buying organisation is based in BELFAST, United Kingdom. The tender aimed to procure a public Cloud Hosted Laboratory Information Management System for DAERA, with potential extension options up to 7 years.

This contract presents business opportunities for suppliers in the IT services industry, particularly those experienced in providing Cloud Hosted Laboratory Information Management Systems. Businesses with capabilities in software development, IT consulting, and Internet support would be well-suited to compete for future tenders in similar categories. Prospective suppliers should note the potential for contract extensions and the importance of delivering high-quality services to maintain contract performance standards. The contract awarded to THERMO FISHER SCIENTIFIC INC. showcases the potential for successful business growth through public procurement opportunities.

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

ID 3836678 DAERA - Information Systems for Laboratories in AFBI, NIEA and DAERA (ISLAND)

Notice Description

This procurement is for a public Cloud Hosted, Commercial off the Shelf (COTS) Laboratory Information Management System (LIMS) for DAERA. This project will replace aging and disparate laboratory IT systems with a single, modern, joined up LIMS in 10 key laboratory areas. The solution will replace existing LIMS in 8 laboratory areas and provide new LIMS in a further 2 laboratory areas. The implementation period is to last no longer than 4 years. Implementation will involve a phased rollout of approximately 2 lab areas every 6 months. Prioritisation of rollout will be agreed with the Authority based on impact several factors, including business as usual and availability of laboratory areas. Implementation will include assisting in business transformation and design, training and the migration of minimum required LIMS data in an organised and secure manner for successful 'day 1' business operation. This includes ensuring the safety, accuracy (e.g. avoiding rounding) and integrity of the migrated data, formulating a migration plan and carrying out the migration in collaboration with the Authority. The Supplier may be required to assist the Authority to cleanse the data as part of the migration exercise. A Laboratory Science Data Enterprise solution will be developed in-house and is not covered by the scope of this project.

Lot Information

Lot 1

This procurement is for a public Cloud Hosted, Commercial off the Shelf (COTS) Laboratory Information Management System (LIMS) for DAERA. This project will replace aging and disparate laboratory IT systems with a single, modern, joined up LIMS in 10 key laboratory areas. The solution will replace existing LIMS in 8 laboratory areas and provide new LIMS in a further 2 laboratory areas. The implementation period is to last no longer than 4 years. Implementation will involve a phased rollout of approximately 2 lab areas every 6 months. Prioritisation of rollout will be agreed with the Authority based on impact several factors, including business as usual and availability of laboratory areas. Implementation will include assisting in business transformation and design, training and the migration of minimum required LIMS data in an organised and secure manner for successful 'day 1' business operation. This includes ensuring the safety, accuracy (e.g. avoiding rounding) and integrity of the migrated data, formulating a migration plan and carrying out the migration in collaboration with the Authority. The Supplier may be required to assist the Authority to cleanse the data as part of the migration exercise. A Laboratory Science Data Enterprise solution will be developed in-house and is not covered by the scope of this project.

Options: The contract will have an option to extend subject to the terms of the contract and the performance of the successful Economic Operator for 3 years followed by a further 2 optional extension periods of up to 2 years each i.e. 3+2+2.

Renewal: The contract will have an option to extend (subject to the terms of the contract and the performance of the successful Economic Operator) for 3 years followed by a further 2 optional extension periods of up to 2 years each i.e. 3+2+2.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ee1c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008765-2023
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

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


CPV Codes

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

Notice Value(s)

Tender Value
£24,000,000 £10M-£100M
Lots Value
£24,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£29,000,000 £10M-£100M

Notice Dates

Publication Date
27 Mar 20232 years ago
Submission Deadline
22 Nov 2021Expired
Future Notice Date
Not specified
Award Date
13 Mar 20232 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
THE DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS
Contact Name
StrategicDelivery.CPDfinance-ni.gov.uk
Contact Email
strategicdelivery.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT4 3SB
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

Local Authority
Belfast
Electoral Ward
Stormont
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

THERMO FISHER SCIENTIFIC

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-02ee1c-2023-03-27T09:29:39+01:00",
    "date": "2023-03-27T09:29:39+01:00",
    "ocid": "ocds-h6vhtk-02ee1c",
    "description": "The figure indicated in V.2.4) of GBP 29,000,000.00 is a maximum figure that reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure has increased from the contract notice (2021/S 000-026287) which provided a figure of PS24,000,000. This is to due to the recent identification of additional labs within the Contracting Authority and named participants that may wish to onboard during the contract term. The increased value also takes into consideration additional testing that has recently been identified which will impact on licensing requirements.",
    "initiationType": "tender",
    "tender": {
        "id": "ID 3836678",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ID 3836678 DAERA - Information Systems for Laboratories in AFBI, NIEA and DAERA (ISLAND)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "This procurement is for a public Cloud Hosted, Commercial off the Shelf (COTS) Laboratory Information Management System (LIMS) for DAERA. This project will replace aging and disparate laboratory IT systems with a single, modern, joined up LIMS in 10 key laboratory areas. The solution will replace existing LIMS in 8 laboratory areas and provide new LIMS in a further 2 laboratory areas. The implementation period is to last no longer than 4 years. Implementation will involve a phased rollout of approximately 2 lab areas every 6 months. Prioritisation of rollout will be agreed with the Authority based on impact several factors, including business as usual and availability of laboratory areas. Implementation will include assisting in business transformation and design, training and the migration of minimum required LIMS data in an organised and secure manner for successful 'day 1' business operation. This includes ensuring the safety, accuracy (e.g. avoiding rounding) and integrity of the migrated data, formulating a migration plan and carrying out the migration in collaboration with the Authority. The Supplier may be required to assist the Authority to cleanse the data as part of the migration exercise. A Laboratory Science Data Enterprise solution will be developed in-house and is not covered by the scope of this project.",
        "value": {
            "amount": 24000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This procurement is for a public Cloud Hosted, Commercial off the Shelf (COTS) Laboratory Information Management System (LIMS) for DAERA. This project will replace aging and disparate laboratory IT systems with a single, modern, joined up LIMS in 10 key laboratory areas. The solution will replace existing LIMS in 8 laboratory areas and provide new LIMS in a further 2 laboratory areas. The implementation period is to last no longer than 4 years. Implementation will involve a phased rollout of approximately 2 lab areas every 6 months. Prioritisation of rollout will be agreed with the Authority based on impact several factors, including business as usual and availability of laboratory areas. Implementation will include assisting in business transformation and design, training and the migration of minimum required LIMS data in an organised and secure manner for successful 'day 1' business operation. This includes ensuring the safety, accuracy (e.g. avoiding rounding) and integrity of the migrated data, formulating a migration plan and carrying out the migration in collaboration with the Authority. The Supplier may be required to assist the Authority to cleanse the data as part of the migration exercise. A Laboratory Science Data Enterprise solution will be developed in-house and is not covered by the scope of this project.",
                "value": {
                    "amount": 24000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will have an option to extend (subject to the terms of the contract and the performance of the successful Economic Operator) for 3 years followed by a further 2 optional extension periods of up to 2 years each i.e. 3+2+2."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will have an option to extend subject to the terms of the contract and the performance of the successful Economic Operator for 3 years followed by a further 2 optional extension periods of up to 2 years each i.e. 3+2+2."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Qualitative Criteria",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Quantitative Criteria",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "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 set out in the Information Memorandum 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 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, 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 furthermore in the Information Memorandum."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "noNegotiationNecessary": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-11-22T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-03-22T23:59:59Z"
            }
        },
        "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-24841",
            "name": "The Department Of Agriculture, Environment and Rural Affairs",
            "identifier": {
                "legalName": "The Department Of Agriculture, Environment and Rural Affairs"
            },
            "address": {
                "streetAddress": "Dundonald House",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT4 3SB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "StrategicDelivery.CPDfinance-ni.gov.uk",
                "email": "StrategicDelivery.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": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-2721",
            "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 the PCR 2015",
            "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 the PCR 2015"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-78439",
            "name": "The Department of Agriculture, Environment and Rural Affairs",
            "identifier": {
                "legalName": "The Department of Agriculture, Environment and Rural Affairs"
            },
            "address": {
                "streetAddress": "Dundonald House",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT4 3SB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "StrategicDelivery.CPDfinance-ni.gov.uk",
                "email": "StrategicDelivery.CPD@finance-ni.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",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-78440",
            "name": "THERMO FISHER SCIENTIFIC INC.",
            "identifier": {
                "legalName": "THERMO FISHER SCIENTIFIC INC."
            },
            "address": {
                "streetAddress": "168 3RD AVE",
                "locality": "WALTHAM",
                "region": "US",
                "postalCode": "024517551",
                "countryName": "United States"
            },
            "contactPoint": {
                "email": "tony.martin@thermofisher.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-1202",
            "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 the PCR 2015.",
            "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 the PCR 2015."
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-78439",
        "name": "The Department of Agriculture, Environment and Rural Affairs"
    },
    "language": "en",
    "awards": [
        {
            "id": "008765-2023-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-78440",
                    "name": "THERMO FISHER SCIENTIFIC INC."
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "008765-2023-1-1",
            "awardID": "008765-2023-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 29000000,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-13T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}