Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
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-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
}
]
}
}