Integrated HR, Payroll, Finance and Procurement Solution for the Northern Ireland Assembly Commission BR-040-2021

Award

Buyers

Value

£3,000,000

Classifications

  • IT services: consulting, software development, Internet and support
  • Software programming and consultancy services
  • System and support services
  • Software-related services
  • Software support services
  • Software development services
  • Software implementation services
  • Software reproduction services
  • Software configuration services
  • Software maintenance and repair services
  • Software supply services
  • Programming services of packaged software products
  • Programming services of systems and user software
  • Programming services of application software
  • Industry specific software development services
  • Financial analysis and accounting software development services

Tags

  • award
  • contract

Published

3 years ago

Description

The Northern Ireland Assembly Commission (the Assembly Commission) is seeking to procure a single contractor to provide, implement and maintain a cloud hosted SaaS integrated HR, payroll, finance and procurement solution. This is likely to be an off-the-shelf solution with minimal customisations. The procurement exercise will be conducted in accordance with the competitive negotiation procedure pursuant to Regulation 29 of the Public Contracts Regulations 2015 (as amended) (Regulations) (PCR). The Assembly Commission wishes to conduct an efficient, effective and streamlined competitive negotiation process and does not wish to engage in any unnecessary negotiations that imposes costs on all parties and causes delay. Accordingly, it is envisaged that certain limits will be placed on the extent of negotiations that will be permitted. The Assembly Commission will only accept tender bids that propose a solution model that meets the key requirements for HR, payroll and finance and is within our estimated maximum budget of £3M for the entire duration of the contract. A single solution may be proposed by a single contractor or a consortium of suppliers may come together propose a solution, but must be led by a single lead contractor. Alternatively, a series of solutions may be proposed again by one supplier or a consortiums of suppliers, but must also be led by a single lead contractor. To be clear, the Assembly Commission will only enter into one contract for this solution. The lead contractor will be responsible for any other suppliers/sub-contractors with whom they propose to work together to provide a solution for the Assembly Commission. The lead contractor will act as the single point of contact for the Assembly Commission and will hold responsibility for dealing with all contractual matters for the Assembly Commission. As the over-arching objective of the Systems Review Project is a move to having one version of the truth, prevention of duplication of data and access to information across the solution in real time, the decision was taken to appoint a sole contractor to manage, maintain and underwrite the solution configuration who will take overall responsibility for the implementation, maintenance and support of the entire configured solution so that these project objectives are achieved. Awarding multiple contracts or splitting the in-scope functions into separate contracts will not be facilitated. This contract will be awarded to one supplier for a period of 5 years. There will be five optional extension periods of up to one year each. It is the intention that the highest ranked tender submission will be awarded this contract. The Assembly Commission recognise that they are a number of solutions in the marketplace that can provide an integrated solution that will meet our needs. In order to manage expectations of potential Tenderers, the Assembly Commission are placing a cap on the overall IT solution implementation and ongoing licensing, support and maintenance costs over a ten year period of £3m.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

St Chad's Academies Trust - Communications & Security Procurement

St Chad's Academies Trust is one of the Lichfield Diocesan Multi Academy Trust (MAT) a part of Lichfield Diocese, one of the 44 Dioceses which make up the Church of England. The Diocese covers most of the County of Staffordshire, the northern part of the County of Shropshire and a substantial part of the former Metropolitan County of the West Midlands. The Diocese envelops all or part of 7 Local Authorities and has 207 Church Schools and academies in its remit. The Board works in partnership with the seven Local Authorities in the Diocese (Sandwell, Shropshire, Staffordshire, Stoke-on-Trent, Telford & Wrekin, Walsall and Wolverhampton) and also with the Department for Education and Academy Trusts. The Board also works alongside higher and further education providers. The Board ensures that headteachers, teachers and governors have the intellectual and spiritual resources to promote the distinctive Christian character of our schools. The Board also supports the collaboration between clergy, parishes, church and community schools. The ICT Support at the trust is provided by 13 different supplier across the 19 sites and encompass scheduled onsite visits and remote support. The same can be said for the communications & telephony which encapsulates a great number of different suppliers, technologies and specifications. The Trust is taking the opportunity to go to the market to identify the best innovative and forward-looking partner to support them in the delivery and development of connectivity, security and VoIP services over the next five years. This procurement encompasses the items noted below. In essence, this procurement is all about identifying a single supplier to provide a fully outsourced communications, security & VoIP solution. At the sole discretion of the Trust any future schools that the Trust may incorporate into the Trust will also be added to the ICT contract. Further details regarding bid timescales are noted below but this is advertised as a 60 month contract with a maximum 5 year service: • A managed connectivity service to connect schools anywhere in England • A broadband service for each school based on synchronous connectivity • A 'failover' line • A firewalled service • Filtering and security solution compliant with latest KCSIE regulations • A managed VoIP telephony service for each school to an agreed number of handsets each • Support and maintenance service • Full end to end single SLA approach • Management of any 3rd parties required to provide the service • Relevant monitoring, management, and reporting • Full installation and transition service • Value added services Technical interface into the Trusts outsourced support provision Bidders should note the following: • The Trust will provide a standard contract as part of the ITT Pack • There is will not be a requirement for TUPE from existing suppliers.

Katy Reed

Published 1 hour ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete