Awarded contract

ID 3486674 - DfI - Strangford Lough Ferry Service Ticketing System

  • Department for Infrastructure

F03: Contract award notice

Notice reference: 2022/S 000-015383

Published 1 June 2022, 3:27pm



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

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

ID 3486674 - DfI - Strangford Lough Ferry Service Ticketing System

two.1.2) Main CPV code

  • 50316000 - Maintenance and repair of ticket-issuing machinery

two.1.3) Type of contract

Services

two.1.4) Short description

ID 3486674 - DfI - Strangford Lough Ferry Service Ticketing System. DfI Roads and Rivers is seeking an experienced Contractor to supply, install and provide backup support of an integrated ticketing system for use by Strangford Lough Ferry Service. The system will issue tickets and collect fares, capture and analyse ticket sales and reconcile income.

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: £142,990

two.2) Description

two.2.2) Additional CPV code(s)

  • 30144200 - Ticket-issuing machines
  • 48100000 - Industry specific software package
  • 34980000 - Transport tickets

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

ID 3486674 - DfI - Strangford Lough Ferry Service Ticketing System. DfI Roads and Rivers is seeking an experienced Contractor to supply, install and provide backup support of an integrated ticketing system for use by Strangford Lough Ferry Service. The system will issue tickets and collect fares, capture and analyse ticket sales and reconcile income.

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 20

Cost criterion - Name: Quantitative Criteria / Weighting: 80

two.2.11) Information about options

Options: Yes

Description of options

Contract is for an initial period of 3 years with 2 optional extension periods of 12 months each available.

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: 2022/S 000-008035


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

1 June 2022

five.2.2) Information about tenders

Number of tenders received: 2

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: 2

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

five.2.3) Name and address of the contractor

TRANSMACH SYSTEMS LIMITED

Unit D1

HARROW

HA1 2SP

Email

parthiv@transmach.co.uk

Telephone

+44 2088611946

Country

United Kingdom

NUTS code
  • UK - United Kingdom
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: £142,990

Total value of the contract/lot: £142,990


Section six. Complementary information

six.3) Additional information

The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 - Contract Management - Procedures and Principles). 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 this Contract may be terminated. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also 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.

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.

UK

Country

United Kingdom