Wednesday, May 26, 2010

RFI - New Zealand Customs Service (NZ) - Prime Contractor for Joint Border Management System

On 8 March 2010 the New Zealand Customs Service (Customs) and Ministry of Agriculture and Forestry (MAF) published an update notice (reference 29090) for prospective Prime suppliers regarding the Joint Border Management System (JBMS) programme. The notice advised that the Government had given approval to develop a Request for Proposal (RFP), but that whether or not the RFP could be issued would be a Budget 2010 decision.

Funding for the first tranche of JBMS has now been allocated in the Government’s 2010 Budget, and we are authorised to proceed with the RFP process.

The notice on 8 March 2010 also advised that the JBMS Request for Proposal (RFP) for prospective Prime suppliers would be issued to only those who responded to the RFI published in March 2009, and met the minimum criteria for participation.

Information and advice received since then has caused us to review that decision, and we have concluded we should re-open access to qualification to receive the Prime supplier RFP.

As a result, the purpose of this second Prime supplier RFI is to select a long list of suppliers that will be invited to respond to a closed RFP.

Prospective Prime suppliers already long listed from the March 2009 RFI will retain that status, subject to meeting minimum criteria for continued participation.

This RFI sets out the minimum requirements for existing and new prospective Prime suppliers.

The scope of this RFI covers a range of prime contractor services for Tranche 1 and includes:

• supplier-side programme and project management, technology architecture and testing;
• supporting services (as required) for business change management including process design, training and documentation development;
• system integration services of all selected commercial off the shelf (COTS) products for development and implementation;
• implementation and transition management services;
• support and maintenance services not less than 12 months after completion of Tranche 1;
• supply of, or supporting the purchase of, software licences for all products comprising the Tranche 1 solution (excluding those required for Intelligence and Risk functions);
• product and technology solutions for production, development, test and training environments;
• management of the development, test and training environments in conjunction with Customs incumbent outsourced supplier; and
• data conversion and migration.

This RFI has been issued concurrently with a second RFI, “Intelligence and Risk Software - Joint Border Management System” (GETS reference 29794).

The purpose of that RFI is to create a list of respondents who, having met its minimum mandatory requirements, will have their company and product details forwarded to prospective prime contractors for possible inclusion in their full and detailed response to the closed RFP.

Closing Date 21/6/10