Award

MOD 28/25 - ID 1908770 - DAERA - Provision of Business Intelligence and Data Analytics

  • DAERA - Department of Agriculture, Environment and Rural Affairs

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-011158

Procurement identifier (OCID): ocds-h6vhtk-04f884

Published 25 March 2025, 2:59pm



Section one: Contracting authority/entity

one.1) Name and addresses

DAERA - Department of Agriculture, Environment and Rural Affairs

303 Airport Road West

BELFAST

BT3 9ED

Email

SSDadmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region 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

MOD 28/25 - ID 1908770 - DAERA - Provision of Business Intelligence and Data Analytics

Reference number

ID 1908770

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

This contract is for the provision of business intelligence and data analytics services to support DAERA business areas in the processing of EU returns, provision of data analytics and reporting needs. These services will include, but not be limited to, operational intelligence, management information, forecasting, performance analysis, trend analysis, customer analysis, data analysis, business planning, financial and EU reporting.

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: £25,000,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

This contract is for the provision of business intelligence and data analytics services to support DAERA business areas in the processing of EU returns, provision of data analytics and reporting needs. These services will include, but not be limited to, operational intelligence, management information, forecasting, performance analysis, trend analysis, customer analysis, data analysis, business planning, financial and EU reporting.

two.2.5) Award criteria

Quality criterion - Name: As Per the Tender Documents / Weighting: 70

Cost criterion - Name: As Per the Tender Documents / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

This Contract includes the option to extend the Contract for a further three periods of up to and including 24 Months beyond the end of the Initial Contract Period

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

DAERA intend to modify the current contract by increasing the value of services by £12,000,000 in accordance with Regulation 72(1)(b) Additional works, services or supplies “have become necessary” and were not included in the initial procurement and a change of supplier would not be practicable (for economic, technical or interoperability reasons) and would involve substantial inconvenience/duplication of costs provided the change does not exceed 50% of the value of the original contract. The modification is to ensure continuity of service. Any change of contractor would lead to disruption to key digital services, increased costs and risk to delivering key ministerial priorities and DAERA wish to maximise Technological advances in data analysis, broadly within scope of the contract, which were not foreseen at contract award.

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: 2019/S 105-256849


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

29 May 2019

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

Deloitte — Main Account MCS/LLP

Hill House

London

EC4A 3JR

Email

cpdtenders@deloitte.co.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

No

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

Total value of the contract/lot/concession: £25,000,000


Section six. Complementary information

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 (as amended) 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.