Notice Information
Notice Title
Department of Finance - Integr8 Programme - Integr8 Delivery Partner
Notice Description
The Department of Finance's (DoF) Integr8 Programme has established a contract for an Integr8 Delivery Partner (IDP) to implement an integrated Oracle Finance and HR cloud-based technology solution along with an IT Service Management Platform and the provision of Managed Services. The contract period will be for an initial 5 years with the option for two further periods, the first for three years and the second for up to 24 months.
Lot Information
Lot 1
The Department of Finance's (DoF) Integr8 Programme has established a contract for an Integr8 Delivery Partner (IDP) to implement an integrated Oracle Finance and HR cloud-based technology solution along with an IT Service Management Platform and the provision of Managed Services. The contract period will be for an initial 5 years with the option for two further periods, the first for three years and the second for up to 24 months. Additional information: The estimated contract value indicated in Section II.1.7 and V.2.4 represents the potential value of the contract over the maximum contract period which ranges from PS63,000,000 GBP to PS150,000,000 GBP exclusive of VAT. This range reflects the potential scale of the contract and takes into account changes and potential modifications to the contract that may be required that could not be identified or foreseen at the time of this procurement exercise but which are consistent with the overall nature of the Buyer's current and future operational requirements for a finance and HR solution. It is envisaged that such modifications would be made without requiring a new procurement procedure in accordance with Regulation 72 of the Public Contracts Regulations 2015. Neither CPD nor the Buyer can provide any guarantee as to the level of business under this contract. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Buyer at any time. Suppliers should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Buyer reserves the right to change any or all of them.
Options: The contract period will be for an initial 5 years with the option for two further periods, the first for 36 months and the second for up to 24 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-041c6d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/047864-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning 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
66 - Financial and insurance services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
-
- CPV Codes
66170000 - Financial consultancy, financial transaction processing and clearing-house services
72000000 - IT services: consulting, software development, Internet and support
72100000 - Hardware consultancy services
72212211 - Platform interconnectivity software development services
72212220 - Internet and intranet software development services
72212400 - Business transaction and personal business software development services
72212440 - Financial analysis and accounting software development services
72212443 - Accounting software development services
72212450 - Time accounting or human resources software development services
72212451 - Enterprise resource planning software development services
72212482 - Business intelligence software development services
72212900 - Miscellaneous software development services and computer systems
72220000 - Systems and technical consultancy services
72246000 - Systems consultancy services
72250000 - System and support services
72260000 - Software-related services
72300000 - Data services
72500000 - Computer-related services
72600000 - Computer support and consultancy services
79211000 - Accounting services
79400000 - Business and management consultancy and related services
79600000 - Recruitment services
79990000 - Miscellaneous business-related services
80420000 - E-learning services
80533100 - Computer training services
Notice Value(s)
- Tender Value
- £150,000,000 £100M-£1B
- Lots Value
- £150,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £150,000,000 £100M-£1B
Notice Dates
- Publication Date
- 12 Aug 20256 months ago
- Submission Deadline
- 2 May 2024Expired
- Future Notice Date
- 28 Mar 2024Expired
- Award Date
- 3 Aug 20256 months 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 FINANCE
- Contact Name
- Not specified
- Contact Email
- strategicdelivery.cpd@finance-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT1 4NN
- 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
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-041c6d-2025-08-12T09:53:29+01:00",
"date": "2025-08-12T09:53:29+01:00",
"ocid": "ocds-h6vhtk-041c6d",
"description": "The original contrat notice (2024/S 000-010198) was published under ID 4956935. Due to technical difficulties the Contracting Authoirty had to create another ID (5790521) to proceed with the procurement. Hence this is why the Contract Award Notice is being published associated with a different ID (5790521) number. The successful contractor's performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue. All dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Buyer reserves the right to change any or all of them.",
"initiationType": "tender",
"tender": {
"id": "ID 5790521",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Department of Finance - Integr8 Programme - Integr8 Delivery Partner",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "The Department of Finance's (DoF) Integr8 Programme has established a contract for an Integr8 Delivery Partner (IDP) to implement an integrated Oracle Finance and HR cloud-based technology solution along with an IT Service Management Platform and the provision of Managed Services. The contract period will be for an initial 5 years with the option for two further periods, the first for three years and the second for up to 24 months.",
"value": {
"amount": 150000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Department of Finance's (DoF) Integr8 Programme has established a contract for an Integr8 Delivery Partner (IDP) to implement an integrated Oracle Finance and HR cloud-based technology solution along with an IT Service Management Platform and the provision of Managed Services. The contract period will be for an initial 5 years with the option for two further periods, the first for three years and the second for up to 24 months. Additional information: The estimated contract value indicated in Section II.1.7 and V.2.4 represents the potential value of the contract over the maximum contract period which ranges from PS63,000,000 GBP to PS150,000,000 GBP exclusive of VAT. This range reflects the potential scale of the contract and takes into account changes and potential modifications to the contract that may be required that could not be identified or foreseen at the time of this procurement exercise but which are consistent with the overall nature of the Buyer's current and future operational requirements for a finance and HR solution. It is envisaged that such modifications would be made without requiring a new procurement procedure in accordance with Regulation 72 of the Public Contracts Regulations 2015. Neither CPD nor the Buyer can provide any guarantee as to the level of business under this contract. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Buyer at any time. Suppliers should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Buyer reserves the right to change any or all of them.",
"status": "cancelled",
"value": {
"amount": 150000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"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,
"options": {
"description": "The contract period will be for an initial 5 years with the option for two further periods, the first for 36 months and the second for up to 24 months."
},
"awardCriteria": {
"criteria": [
{
"name": "As per tender documentation",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66170000",
"description": "Financial consultancy, financial transaction processing and clearing-house services"
},
{
"scheme": "CPV",
"id": "72100000",
"description": "Hardware consultancy services"
},
{
"scheme": "CPV",
"id": "72212211",
"description": "Platform interconnectivity software development services"
},
{
"scheme": "CPV",
"id": "72212220",
"description": "Internet and intranet software development services"
},
{
"scheme": "CPV",
"id": "72212400",
"description": "Business transaction and personal business software development services"
},
{
"scheme": "CPV",
"id": "72212440",
"description": "Financial analysis and accounting software development services"
},
{
"scheme": "CPV",
"id": "72212443",
"description": "Accounting software development services"
},
{
"scheme": "CPV",
"id": "72212450",
"description": "Time accounting or human resources software development services"
},
{
"scheme": "CPV",
"id": "72212451",
"description": "Enterprise resource planning software development services"
},
{
"scheme": "CPV",
"id": "72212482",
"description": "Business intelligence software development services"
},
{
"scheme": "CPV",
"id": "72212900",
"description": "Miscellaneous software development services and computer systems"
},
{
"scheme": "CPV",
"id": "72220000",
"description": "Systems and technical consultancy services"
},
{
"scheme": "CPV",
"id": "72246000",
"description": "Systems consultancy services"
},
{
"scheme": "CPV",
"id": "72250000",
"description": "System and support services"
},
{
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "72500000",
"description": "Computer-related services"
},
{
"scheme": "CPV",
"id": "72600000",
"description": "Computer support and consultancy services"
},
{
"scheme": "CPV",
"id": "79211000",
"description": "Accounting services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
},
{
"scheme": "CPV",
"id": "79990000",
"description": "Miscellaneous business-related services"
},
{
"scheme": "CPV",
"id": "80420000",
"description": "E-learning services"
},
{
"scheme": "CPV",
"id": "80533100",
"description": "Computer training services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2024-03-28T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"written"
],
"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 Buyer's satisfaction the appropriate technical and professional ability, economic, financial and legal standing to meet the requirements of the contract.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "As per Tender documentation.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "As per Tender documentation.",
"appliesTo": [
"supplier"
]
}
]
},
"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 Buyer. 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.",
"electronicInvoicingPolicy": "allowed"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"noNegotiationNecessary": true,
"invitationDate": "2024-07-10T00:00:00+01:00"
},
"tenderPeriod": {
"endDate": "2024-05-02T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false,
"reviewDetails": "CPD complied with the Public Contracts Regulations 2015 (as amended) and, incorporated a standstill period (i.e. a minimum of 10 calendar days)."
},
"parties": [
{
"id": "GB-FTS-99140",
"name": "Department of Finance",
"identifier": {
"legalName": "Department of Finance"
},
"address": {
"streetAddress": "Goodwood House, 44-58 May Street",
"locality": "BELFAST",
"region": "UKN",
"postalCode": "BT1 4NN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "StrategicDelivery.CPD@finance-ni.gov.uk"
},
"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": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-109358",
"name": "Department of Finance",
"identifier": {
"legalName": "Department of Finance"
},
"address": {
"streetAddress": "44-58 May Street",
"locality": "Belfast",
"region": "UK",
"postalCode": "BT1 4NN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "strategicdelivery.cpd@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.finance-ni.gov.uk",
"buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-20217",
"name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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 as amended.",
"identifier": {
"legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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 as amended."
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "GB-FTS-157655",
"name": "Department of Finance",
"identifier": {
"legalName": "Department of Finance",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "44 - 58 May Street",
"locality": "BELFAST",
"region": "UKN06",
"postalCode": "BT14NN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "strategicdelivery.cpd@finance-ni.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.finance-ni.gov.uk",
"buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-157656",
"name": "Version1 Software Limited",
"identifier": {
"legalName": "Version1 Software Limited",
"noIdentifierRationale": "soleTrader"
},
"address": {
"streetAddress": "11th Floor, Lanyon Plaza West Tower, 8 Lanyon Plaza",
"locality": "Belfast",
"region": "UKN",
"postalCode": "BT1 3LP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-25435",
"name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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 as amended",
"identifier": {
"legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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 as amended"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-157655",
"name": "Department of Finance"
},
"language": "en",
"awards": [
{
"id": "047864-2025-ID 5790521-1",
"relatedLots": [
"1"
],
"title": "Department of Finance - Integr8 Programme - Integr8 Delivery Partner",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-157656",
"name": "Version1 Software Limited"
}
]
}
],
"contracts": [
{
"id": "047864-2025-ID 5790521-1",
"awardID": "047864-2025-ID 5790521-1",
"title": "Department of Finance - Integr8 Programme - Integr8 Delivery Partner",
"status": "active",
"value": {
"amount": 150000000,
"currency": "GBP"
},
"dateSigned": "2025-08-04T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}