Contract

ID 5424277 DoF LPS - Replacement of GNSS Network Processing Software

  • Department of Finance

F03: Contract award notice

Notice identifier: 2025/S 000-007423

Procurement identifier (OCID): ocds-h6vhtk-04bd23 (view related notices)

Published 27 February 2025, 3:18pm



Section one: Contracting authority

one.1) Name and addresses

Department of Finance

7 Lanyon Place

BELFAST

BT1 3LP

Email

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

Email

sales@geopp.de

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.