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
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
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