Award

ID 3971947 DoJ - NICTS Business Solution - Themis

DEPARTMENT OF JUSTICE, NORTHERN IRELAND COURTS AND TRIBUNALS SERVICE

This public procurement record has 2 releases in its history.

Award

14 Aug 2024 at 08:52

Tender

27 Feb 2023 at 10:00

Summary of the contracting process

The Department of Justice, Northern Ireland Courts and Tribunals Service, located in Belfast, has awarded a contract for a business solution project titled "ID 3971947 DoJ - NICTS Business Solution - Themis." The procurement falls under the IT services category, specifically involving consulting, software development, internet, and support. The contract, valued at £85,000,000, was signed on 8th August 2024. The project aims to enhance organisational efficiency, reduce reliance on paper, and support a digital-first environment across the courts and tribunals system. Key procurement methods included competitive dialogue, with the procurement process adhering to the Public Contracts Regulations 2015 and incorporating a standstill period for review and challenge.

This tender presents significant opportunities for businesses specialising in IT services, particularly those with expertise in business transformation, digital solutions, and compliance with GDPR and PCI standards. It is an ideal opportunity for suppliers that can provide integrated digital systems, enhance business processes through automation, and offer support services such as software maintenance, implementation, and consultancy. The substantial contract value and the potential for future extensions and complementary services make it a lucrative opportunity for large IT firms seeking to expand their portfolio within the public sector. The project is also well-suited for businesses capable of delivering user-centric designed services that align with new operating model designs and service user needs.

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 3971947 DoJ - NICTS Business Solution - Themis

Notice Description

The Authority wishes to procure a Supplier that can design and deliver: * Business transformation (Interim and Target Operating Models) to: o Improve and standardise ways of working across the Authority; o Maximise the use of available resources and enhance staff skills; o Increase organisational efficiency, substantially reduce the significant reliance on paper across the courts and tribunals system and to maximise return on investment by the Authority; o Support the Authority to deliver cultural changes required to embed new ways of working, secure the confidence and participation of key stakeholders and justice partners to operate within a digital-first environment; o Help deliver improved outcomes; and o Support the delivery of user-centric designed services. * A new digital solution (Themis) that must: o Safeguard the delivery of business-critical services and functions, interfacing or integrating as appropriate with Causeway and other essential digital systems, tools, and services; o Support improved business processes with increased automation and achieve a substantial reduction on the reliance of paper-based administrative processes, including the lodgement of applications and evidence (which can exceed thousands of pages depending on case type). o Provide GDPR (General Data Protection Regulation) / information management / security / PCI (Payment Card Industry) compliance whilst reducing the significant need for the storage of paper-based records by the Authority and judiciary. o Provide integrated modern payment, transaction and communication channels that reduce the reliance on paper and traditional channels; o Provide real time management information and automated workflow; and: o Support service delivery reflective of the new operating model design and service user needs.

Lot Information

Lot 1

The Authority wishes to procure a Supplier that can design and deliver: * Business transformation (Interim and Target Operating Models) to: o Improve and standardise ways of working across the Authority; o Maximise the use of available resources and enhance staff skills; o Increase organisational efficiency, substantially reduce the significant reliance on paper across the courts and tribunals system and to maximise return on investment by the Authority; o Support the Authority to deliver cultural changes required to embed new ways of working, secure the confidence and participation of key stakeholders and justice partners to operate within a digital-first environment; o Help deliver improved outcomes; and o Support the delivery of user-centric designed services. * A new digital solution (Themis) that must: o Safeguard the delivery of business-critical services and functions, interfacing or integrating as appropriate with Causeway and other essential digital systems, tools, and services; o Support improved business processes with increased automation and achieve a substantial reduction on the reliance of paper-based administrative processes, including the lodgement of applications and evidence (which can exceed thousands of pages depending on case type). o Provide GDPR (General Data Protection Regulation) / information management / security / PCI (Payment Card Industry) compliance whilst reducing the significant need for the storage of paper-based records by the Authority and judiciary. o Provide integrated modern payment, transaction and communication channels that reduce the reliance on paper and traditional channels; o Provide real time management information and automated workflow; and: o Support service delivery reflective of the new operating model design and service user needs. Additional information: The figure provided at II.1.7 is a maximum estimated contract value that reflects the potential scale of the contract and takes into account optional extension periods and the uptake of potential optional services as detailed in the tender documents. This estimated figure has increased from that included in the Contract Notice as a result of dialogue sessions. Neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. This contract is not being awarded in Lots as a single supplier is required.

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 6 years followed by a further optional extension period of up to 3 years.

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 6 years followed by a further optional extension period of up to 3 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03ac0b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025738-2024
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 dialogue
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

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


CPV Codes

48000000 - Software package and information systems

48100000 - Industry specific software package

48600000 - Database and operating software package

48810000 - Information systems

48820000 - Servers

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

72200000 - Software programming and consultancy services

72210000 - Programming services of packaged software products

72230000 - Custom software development services

72250000 - System and support services

72253000 - Helpdesk 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

72266000 - Software consultancy services

72267000 - Software maintenance and repair services

72267100 - Maintenance of information technology software

Notice Value(s)

Tender Value
£45,000,000 £10M-£100M
Lots Value
£45,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£85,000,000 £10M-£100M

Notice Dates

Publication Date
14 Aug 20241 years ago
Submission Deadline
3 Apr 2023Expired
Future Notice Date
Not specified
Award Date
7 Aug 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF JUSTICE, NORTHERN IRELAND COURTS AND TRIBUNALS SERVICE
Contact Name
Strategic Delivery Team
Contact Email
strategicdelivery.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT1 3LL
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
Central
Westminster Constituency
Belfast South and Mid Down

Supplier Information

Number of Suppliers
1
Supplier Name

INFORMATION WITHHELD FOR SECURITY REASONS

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-03ac0b-2024-08-14T09:52:33+01:00",
    "date": "2024-08-14T09:52:33+01:00",
    "ocid": "ocds-h6vhtk-03ac0b",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "ID 3971947",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ID 3971947 DoJ - NICTS Business Solution - Themis",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "The Authority wishes to procure a Supplier that can design and deliver: * Business transformation (Interim and Target Operating Models) to: o Improve and standardise ways of working across the Authority; o Maximise the use of available resources and enhance staff skills; o Increase organisational efficiency, substantially reduce the significant reliance on paper across the courts and tribunals system and to maximise return on investment by the Authority; o Support the Authority to deliver cultural changes required to embed new ways of working, secure the confidence and participation of key stakeholders and justice partners to operate within a digital-first environment; o Help deliver improved outcomes; and o Support the delivery of user-centric designed services. * A new digital solution (Themis) that must: o Safeguard the delivery of business-critical services and functions, interfacing or integrating as appropriate with Causeway and other essential digital systems, tools, and services; o Support improved business processes with increased automation and achieve a substantial reduction on the reliance of paper-based administrative processes, including the lodgement of applications and evidence (which can exceed thousands of pages depending on case type). o Provide GDPR (General Data Protection Regulation) / information management / security / PCI (Payment Card Industry) compliance whilst reducing the significant need for the storage of paper-based records by the Authority and judiciary. o Provide integrated modern payment, transaction and communication channels that reduce the reliance on paper and traditional channels; o Provide real time management information and automated workflow; and: o Support service delivery reflective of the new operating model design and service user needs.",
        "value": {
            "amount": 45000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Authority wishes to procure a Supplier that can design and deliver: * Business transformation (Interim and Target Operating Models) to: o Improve and standardise ways of working across the Authority; o Maximise the use of available resources and enhance staff skills; o Increase organisational efficiency, substantially reduce the significant reliance on paper across the courts and tribunals system and to maximise return on investment by the Authority; o Support the Authority to deliver cultural changes required to embed new ways of working, secure the confidence and participation of key stakeholders and justice partners to operate within a digital-first environment; o Help deliver improved outcomes; and o Support the delivery of user-centric designed services. * A new digital solution (Themis) that must: o Safeguard the delivery of business-critical services and functions, interfacing or integrating as appropriate with Causeway and other essential digital systems, tools, and services; o Support improved business processes with increased automation and achieve a substantial reduction on the reliance of paper-based administrative processes, including the lodgement of applications and evidence (which can exceed thousands of pages depending on case type). o Provide GDPR (General Data Protection Regulation) / information management / security / PCI (Payment Card Industry) compliance whilst reducing the significant need for the storage of paper-based records by the Authority and judiciary. o Provide integrated modern payment, transaction and communication channels that reduce the reliance on paper and traditional channels; o Provide real time management information and automated workflow; and: o Support service delivery reflective of the new operating model design and service user needs. Additional information: The figure provided at II.1.7 is a maximum estimated contract value that reflects the potential scale of the contract and takes into account optional extension periods and the uptake of potential optional services as detailed in the tender documents. This estimated figure has increased from that included in the Contract Notice as a result of dialogue sessions. Neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. This contract is not being awarded in Lots as a single supplier is required.",
                "value": {
                    "amount": 45000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "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 6 years followed by a further optional extension period of up to 3 years."
                },
                "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,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Qualitative Criteria - as detailed in the tender documents",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Quantitative Criteria - as detailed in the tender documents",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "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 6 years followed by a further optional extension period of up to 3 years."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48100000",
                        "description": "Industry specific software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48600000",
                        "description": "Database and operating software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48810000",
                        "description": "Information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48820000",
                        "description": "Servers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72230000",
                        "description": "Custom software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72210000",
                        "description": "Programming services of packaged software products"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72250000",
                        "description": "System and support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72253000",
                        "description": "Helpdesk 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": "72266000",
                        "description": "Software consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72267000",
                        "description": "Software maintenance and repair services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72267100",
                        "description": "Maintenance of information technology software"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "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. 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 and the successful Supplier's performance on the contract will be regularly monitored."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-04-03T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-09-30T23:59:59+01:00"
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days). The notification provide full information on the award decision and evaluation outcome. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into."
    },
    "parties": [
        {
            "id": "GB-FTS-76208",
            "name": "Department of Justice, Northern Ireland Courts and Tribunals Service",
            "identifier": {
                "legalName": "Department of Justice, Northern Ireland Courts and Tribunals Service"
            },
            "address": {
                "streetAddress": "Laganside House, Oxford Street",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT1 3LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Strategic Delivery Team",
                "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": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "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-3219",
            "name": "Information withheld for security reasons",
            "identifier": {
                "legalName": "Information withheld for security reasons"
            },
            "address": {
                "locality": "Information withheld for security reasons",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "StrategicDelivery.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-76208",
        "name": "Department of Justice, Northern Ireland Courts and Tribunals Service"
    },
    "language": "en",
    "awards": [
        {
            "id": "025738-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-3219",
                    "name": "Information withheld for security reasons"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "025738-2024-1-1",
            "awardID": "025738-2024-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 85000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-08-08T00:00:00+01:00"
        }
    ],
    "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": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}