{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0671ce-2026-03-23T16:16:16Z",
    "date": "2026-03-23T16:16:16Z",
    "ocid": "ocds-h6vhtk-0671ce",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PTRZ-8396-ZBWP",
            "name": "The Independent Commission for Reconciliation and Information Recovery",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTRZ-8396-ZBWP"
            },
            "address": {
                "streetAddress": "32-36 Great Victoria Street",
                "locality": "Belfast",
                "postalCode": "BT27BA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "procurement@icrir.independent-inquiry.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PTRZ-8396-ZBWP",
        "name": "The Independent Commission for Reconciliation and Information Recovery"
    },
    "tender": {
        "id": "ocds-h6vhtk-0671ce",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Legal Case Management System",
        "description": "The Independent Commission for Reconciliation and Information Recovery (ICRIR) seeks to procure a secure, cloud based Legal Case Management System (CMS) to support litigation, advisory, and wider in house legal services. The CMS must comply with the mandatory requirements set out below and provide additional desirable capabilities that enhance efficiency, security, and operational integrity.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "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": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72416000",
                        "description": "Application service providers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48311000",
                        "description": "Document management software package"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 120000,
            "amount": 100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "concession"
        ],
        "aboveThreshold": false,
        "submissionMethodDetails": "All submissions must be made via e-Tenders NI. https://etendersni.gov.uk/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2026-04-22T23:59:59+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-15T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 120000,
                    "amount": 100000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2026-06-01T00:00:00+01:00",
                    "endDate": "2029-06-01T23:59:59+01:00",
                    "maxExtentDate": "2031-06-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be awarded for an initial term of three (3) years, with the option to extend for up to two (2) further periods of one (1) year each."
                },
                "hasOptions": true,
                "options": {
                    "description": "The buyer reserves the right to procure additional user licences and supplementary training services during the term of the contract, subject to operational need."
                },
                "awardCriteria": {
                    "description": "Two Stage Tender. The tender will be evaluated using a combination of pass/fail checks and scored criteria, where suppliers must first meet all minimum requirements before progressing to evaluation. Qualitative factors carry 80% of the total score and assess each supplier's implementation approach, ability to meet functional needs, data security measures, and contract management arrangements, with mandatory minimum scores required to remain in the competition. Price accounts for the remaining 20%, with the lowest price receiving full marks and all others scored proportionately. In the event of a tie, the highest price score decides the winner, followed by scores in key technical areas if needed."
                }
            }
        ],
        "documents": [
            {
                "id": "026436-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026436-2026",
                "datePublished": "2026-03-23T16:16:16Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}