Contract

DfI - Procurement of Penalty Charge Notice Processing IT System

  • Department for Infrastructure

F03: Contract award notice

Notice identifier: 2021/S 000-013178

Procurement identifier (OCID): ocds-h6vhtk-02baed

Published 11 June 2021, 11:25am



Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure

Clarence Court, 10-18 Adelaide Street

BELFAST

BT2 8GB

Contact

ssdadmin.cpdfinance-ni.gov.uk

Email

ssdadmin.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UKN0 - Northern Ireland

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

DfI - Procurement of Penalty Charge Notice Processing IT System

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Contract requirement is for the provision of an IT system and managed Service to allow the Department to process Penalty Charge Notices (PCNs) and deal with associated payments, correspondence, representations and Traffic Penalty Tribunal appeals as quickly and efficiently as possible in accordance with legislative requirements. This legislation is currently contained in the Traffic Management (Northern Ireland) Order 2005.

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: £2,566,959.92

two.2) Description

two.2.2) Additional CPV code(s)

  • 48900000 - Miscellaneous software package and computer systems
  • 48100000 - Industry specific software package

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Contract requirement is for the provision of an IT system and managed Service to allow the Department to process Penalty Charge Notices (PCNs) and deal with associated payments, correspondence, representations and Traffic Penalty Tribunal appeals as quickly and efficiently as possible in accordance with legislative requirements. This legislation is currently contained in the Traffic Management (Northern Ireland) Order 2005.

two.2.5) Award criteria

Quality criterion - Name: Qualitative / Weighting: 70

Cost criterion - Name: Quantitative / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial period of 12 months implementation, four 4 years from the service commencement date, with two 2 optional extension periods of three 3 years each. ie 5 years + [3 years + 3 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

two.2.14) Additional information

The estimated contract value of £3m was an estimate and may increase during the life of the contract to accommodate changes in processing of penalty charge notices, continuous improvements and advancements in technology. Any increases/modifications will be managed in accordance with the relevant public procurement regulations.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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 141-348146


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

3 June 2021

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 5

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

five.2.3) Name and address of the contractor

Conduent Parking Enforcement Solutions Ltd

Asgard House

HAVANT

PO9 2NL

Email

dean.fennell-connell@conduent.com

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £3,000,000

Total value of the contract/lot: £2,566,959.92


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's 2015

United Kingdom

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..