Section one: Contracting authority
one.1) Name and addresses
Department of Finance
Land and Property Services, Lanyon Plaza, 7 Lanyon Place, Town Parks
BELFAST
BT1 3LP
Contact
StrategicDelivery.CPDfinance-ni.gov.uk
StrategicDelivery.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.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
ID 3034297 DoF - LPS - Integration Partner
Reference number
ID 3034297
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
The Department of Finance’s Land and Property Services is seeking to procure a supplier who can work with LPS to deliver digitally integrated solutions, systems and outcomes to enable LPS to meet its strategic goals and underpin the objectives of both the NOVA Programme and wider LPS business needs. The Department of Finance’s Land and Property Services (LPS) is seeking to procure a supplier who can work with LPS to deliver digitally integrated solutions, systems and outcomes to enable LPS to meet its strategic goals and underpin the objectives of both the NOVA Programme and wider LPS business needs. The Minimum Service Requirements have been broken down into the following broad areas: a) enterprise architecture services including implementation of an integration strategy and target architecture for LPS and its major stakeholders; b) design, build and implementation of a robust enterprise application integration platform which enables solution interoperability, systems integration and API management; c) ensuring that the technical ecosystem for LPS aligns with NICS Enterprise Architecture principles and which adopts shared and reusable integration components from the wider NICS technical ecosystem where feasible (e.g. API management, Identity Hub); d) implementation of a Master Data Management model within LPS including the integration of unique geospatial identifiers into all LPS data sets where possible; e) data management services (e.g. data architecture, modelling, analytics, quality health checks, cleansing and migration); f) software development and support services (e.g. application development, APIs, online forms, portals, testing, release management and spatial development including Geographic Information Systems (GIS)); g) third party application support and maintenance services (e.g. legacy ICT systems out of contract); h) spatial support services (e.g. geospatial data analysis, spatial application development and spatial technical consultancy); i) business support services (e.g. pre procurement support, service design, process design, business analysis, change management, service improvement and solution deployment support); and j) strategic advice and guidance (e.g. strategy development, emerging technologies, innovation, benchmarking and Supplier management support).
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: £7,001,427.20
two.2) Description
two.2.2) Additional CPV code(s)
- 72227000 - Software integration consultancy services
- 72228000 - Hardware integration consultancy services
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department of Finance’s Land and Property Services is seeking to procure a supplier who can work with LPS to deliver digitally integrated solutions, systems and outcomes to enable LPS to meet its strategic goals and underpin the objectives of both the NOVA Programme and wider LPS business needs. The Department of Finance’s Land and Property Services (LPS) is seeking to procure a supplier who can work with LPS to deliver digitally integrated solutions, systems and outcomes to enable LPS to meet its strategic goals and underpin the objectives of both the NOVA Programme and wider LPS business needs. The Minimum Service Requirements have been broken down into the following broad areas: a) enterprise architecture services including implementation of an integration strategy and target architecture for LPS and its major stakeholders; b) design, build and implementation of a robust enterprise application integration platform which enables solution interoperability, systems integration and API management; c) ensuring that the technical ecosystem for LPS aligns with NICS Enterprise Architecture principles and which adopts shared and reusable integration components from the wider NICS technical ecosystem where feasible (e.g. API management, Identity Hub); d) implementation of a Master Data Management model within LPS including the integration of unique geospatial identifiers into all LPS data sets where possible; e) data management services (e.g. data architecture, modelling, analytics, quality health checks, cleansing and migration); f) software development and support services (e.g. application development, APIs, online forms, portals, testing, release management and spatial development including Geographic Information Systems (GIS)); g) third party application support and maintenance services (e.g. legacy ICT systems out of contract); h) spatial support services (e.g. geospatial data analysis, spatial application development and spatial technical consultancy); i) business support services (e.g. pre procurement support, service design, process design, business analysis, change management, service improvement and solution deployment support); and j) strategic advice and guidance (e.g. strategy development, emerging technologies, innovation, benchmarking and Supplier management support).
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria - as per the tender documents / Weighting: 50
Cost criterion - Name: Quantitative Criteria - as per the tender documents / Weighting: 50
two.2.11) Information about options
Options: Yes
Description of options
The contract has the option to extend subject to the terms of the contract and the performance of the successful Economic Operator for 24 months and a second option to extend for up to a further 24 months.
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
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 168-408206
Section five. Award of contract
Contract No
1
Title
ID 3034297 DoF - LPS - Integration Partner
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 June 2021
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 0
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: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
VERSION1 SOFTWARE
Millennium House, Millennium Walkway
Dublin
none
Telephone
+44 35318657800
Country
Ireland
NUTS code
- IE - Ireland
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: £25,000,000
Total value of the contract/lot: £7,001,427.20
Section six. Complementary information
six.3) Additional information
The figure indicated in V.2.4 of £25000000 GBP represents the potential value of the contract over the maximum contract term. This value reflects the potential scale of the contract and takes into account additional work packages that may be required due to operational and technological developments. The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory. Performance will 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 twelve months from the date of issue of the certificate.
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.