Contract

ID 3204582 - DoF Spatial Intelligence Solution

  • Department of Finance

F03: Contract award notice

Notice identifier: 2021/S 000-005711

Procurement identifier (OCID): ocds-h6vhtk-029dc0

Published 22 March 2021, 9:16am



Section one: Contracting authority

one.1) Name and addresses

Department of Finance

4th Floor, Lanyon Plaza, 7 Lanyon Place

BELFAST

BT1 3LP

Email

ssdadmin.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 3204582 - DoF Spatial Intelligence Solution

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

LPS requires a contract for a web-based GIS Spatial Intelligence Solution. The new solution will record changes that are required to keep LPS Ordnance Survey mapping as up to date and current as possible and will enable notifications for map updates to be created and efficiently allocated to work groups and individuals. It will seek to provide a single view of any real world change requirements across the major LPS systems. It will also support monitoring and reporting on pending and completed notifications.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,391,054.50

two.2) Description

two.2.2) Additional CPV code(s)

  • 72200000 - Software programming and consultancy services
  • 72210000 - Programming services of packaged software products
  • 72260000 - Software-related services
  • 72500000 - Computer-related services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

LPS requires a contract for a web-based GIS Spatial Intelligence Solution. The new solution will record changes that are required to keep LPS Ordnance Survey mapping as up to date and current as possible and will enable notifications for map updates to be created and efficiently allocated to work groups and individuals. It will seek to provide a single view of any real world change requirements across the major LPS systems. It will also support monitoring and reporting on pending and completed notifications.

two.2.5) Award criteria

Quality criterion - Name: Award Criteria / Weighting: 60

Cost criterion - Name: Total Price / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

After the initial contract period of 6 years there are 2 optional extension of up to 2 years each.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 227-560566


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 March 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Esri Ireland Ltd.

Block B Ashtown Gate

Dublin

15

Email

psynnott@esri-ireland.ie

Telephone

+353 018693900

Country

Ireland

NUTS code
  • IE - IRELAND
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,871,792

Total value of the contract/lot: £1,391,054.50


Section six. Complementary information

six.3) Additional information

The successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see.Procurement Guidance Note 01/12 — Contract Management — Procedures and Principles). 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 this contract may be terminated. A central register. of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a.notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the date of. issue of the notice. It may also 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. The authority expressly reserves the rights:. . (i) not to award any contract as a result of the procurement process commenced by publication of this notice;. . (ii) to make whatever changes it may see fit to the content and structure of the tendering competition;. . (iii) to award (a) contract(s) in respect of any.. part(s) of the [services] covered by this notice; and. . (iv) to award contract(s) in stages and in no circumstances will the authority be liable for any costs incurred by candidates.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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

UK

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.