Section one: Contracting authority
one.1) Name and addresses
Department of Finance
7 Lanyon Place
BELFAST
BT1 3LP
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UKN - Northern Ireland
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 5424277 DoF LPS - Replacement of GNSS Network Processing Software
Reference number
ID 5424277
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
Within Land and Property Services Ordnance Survey of Northern Ireland (OSNI) is the directorate responsible for mapping Northern Ireland. Within OSNI the Geodetic Survey and Development team are responsible for maintaining and developing the Geodetic infrastructure and survey control frameworks which are essential for the accuracy of any survey work carried out in Northern Ireland by both public and private sector, including all mapping products created and maintained by OSNI. To support the surveying operations within Land and Property Services and the use of GNSS within Northern Ireland, Ordnance Survey maintains a network of continuously operating GNSS reference stations. OSNI now wish to establish a contract with a single supplier to purchase GNSS network processing software that is fit for purpose, user friendly, capable of receiving all current and proposed GNSS signals, future proof and be compatible with current and future LPS systems.
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: £203,608.54
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48517000 - IT software package
- 48326000 - Mapping software package
- 48326100 - Digital mapping system
- 38112100 - Global navigation and positioning systems (GPS or equivalent)
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Within Land and Property Services Ordnance Survey of Northern Ireland (OSNI) is the directorate responsible for mapping Northern Ireland. Within OSNI the Geodetic Survey and Development team are responsible for maintaining and developing the Geodetic infrastructure and survey control frameworks which are essential for the accuracy of any survey work carried out in Northern Ireland by both public and private sector, including all mapping products created and maintained by OSNI. To support the surveying operations within Land and Property Services and the use of GNSS within Northern Ireland, Ordnance Survey maintains a network of continuously operating GNSS reference stations. OSNI now wish to establish a contract with a single supplier to purchase GNSS network processing software that is fit for purpose, user friendly, capable of receiving all current and proposed GNSS signals, future proof and be compatible with current and future LPS systems.
two.2.5) Award criteria
Quality criterion - Name: AC1 Methodology and Implementation Plan / Weighting: 14.8
Quality criterion - Name: AC2 Contract Management and Business Continuity / Weighting: 5.2
Quality criterion - Name: AC3 Training Requirements / Weighting: 10
Quality criterion - Name: AC4 Social Value / Weighting: 10
Cost criterion - Name: AC5 Total Contract Price / Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
There is one option to extend the contract for a period of three years with a further option to extend for a period of two years.
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: 2024/S 000-037465
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
27 February 2025
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
Geo++ Gesellschaft für satellitengestützte geodätische und navigatorische Technologien mbH
Steinriede 8
Garbsen
30827
Telephone
+49 513146890
Fax
+49 5131468999
Country
Germany
NUTS code
- DE - Germany
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: £178,000
Total value of the contract/lot: £203,608.54
Section six. Complementary information
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 for a period of three years from the date of issue.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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 as amended.
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.