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.

Similar Contracts

Open

Creative Content Exchange Pre Market Engagement

The UK Government is committed to establishing a Creative Content Exchange (CCE) in the Creative Industries Sector Plan (June 2025). The intention is for the CCE to be a trusted marketplace for selling, buying, licensing, and enabling permitted access to digitised cultural and creative assets. To test the proof of concept behind the CCE, The Natural History Museum (NHM) in collaboration with UK Research and Innovation (UKRI) and The Department for Culture, Media, and Sport (DCMS) is organising a small, closed pilot. As part of this NHM is exploring options for procuring a complete platform solution to house the Creative Content Exchange (CCE) for the duration of the pilot. We envisage that this solution will need to comprise: a) infrastructure and utilities for effecting the exchange of data and content (text, video, audio, multi-modal) between providers and consumers; b) the facility for providers and consumers to enter into licensing and other types of commercial agreements; c) the ability to set terms and conditions of use for the CCE that providers and consumers need to adhere to; d) facility for a notice and takedown process within an agreed SLA; e) human technical support for providers, consumers and the CCE team within agreed SLAs; f) training for CCE team on use of the platform in the UK; g) agreement that the whole of the CCE and any content or documents stored in it will be located in the UK and governed by UK law; h) adequate security to ensure the CCE and any content or documents stored in it will be safe from malicious access; i) facility for content providers to make content samples available to consumers; j) provision of a sandbox or similar type of test environments; k) provision of fine grained access controls for content providers to configure; and l) billing, invoicing and payment facility. To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/FS43583SBT To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=998627280

Katy Reed

Published 21 hours ago
Open

BLC0306 - Framework for the Provision of Covert Management Systems

BlueLight Commercial are looking to establish a national multi-supplier framework for the provision of Covert Management Systems. The Framework Agreement will be available for use by all UK Police Forces and other agencies, the participants are named in the ITT documentation. BlueLight Commercial work in collaboration with blue light organisations to maximise commercial benefit to UK emergency services. A number of covert tactics are available to law enforcement agencies in the UK to enable them to prevent and detect crime or disorder and maintain public safety. This is a highly regulated activity, with organisations making use of undercover tactics, covert human intelligence sources and protected persons management. Law enforcement agencies require specialised systems to allow them to effectively manage any covert operations, ensuring appropriate authority is granted and a clear audit trail is available. BlueLight Commercial are seeking Commercial-off-the Shelf (COTS) Covert Management Systems which can be hosted on-premise or within the cloud. The systems are required to support: • Core Module - end-to-end planning, authorisation, risk management, product handling and oversight of covert operations, • Prison Surveillance - enabling request and retrieval of material held in the prison network, • Protected Person Management - for the management of individuals under protection e.g. witnesses, judges, jurors, officers and family members, • Surveillance Operations Management, • Undercover Operations Management, • Covert Human Intelligence Source (CHIS) handling, • Communications Authority Management, • Technical Support Unit (TSU) Support. This will be for a period of four (4) years.

Katy Reed

Published 1 day 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