Section one: Contracting authority
one.1) Name and addresses
Department of Finance
4th Floor, Lanyon Plaza, 7 Lanyon Place
BELFAST
BT1 3LP
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
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.