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