Contract

ID 3737182 - DoF LPS - Address Management System

  • DoF - Land and Property Services

F03: Contract award notice

Notice identifier: 2022/S 000-015535

Procurement identifier (OCID): ocds-h6vhtk-0318c8

Published 6 June 2022, 3:53pm



Section one: Contracting authority

one.1) Name and addresses

DoF - Land and Property Services

Lanyon Plaza, 7 Lanyon Place Town: BELFAST NUTS code: UK

BELFAST

BT1 3LP

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 3737182 - DoF LPS - Address Management System

Reference number

ID 3737182

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

Land and Property Services (LPS) are seeking to procure to replace the current Address Management System. The appointed Supplier will be required to design, build, implement, support and provide development for the new Address Management Solution and associated address datasets known as Pointer®. The Supplier must migrate all data, including audit history currently held within the existing system.

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: £2,795,846

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Land and Property Services (LPS) are seeking to procure to replace the current Address Management System. The appointed Supplier will be required to design, build, implement, support and provide development for the new Address Management Solution and associated address datasets known as Pointer®. The Supplier must migrate all data, including audit history currently held within the existing system.

two.2.5) Award criteria

Quality criterion - Name: AC1 Workflow Management / Weighting: 12

Quality criterion - Name: AC2 User Interface / Weighting: 12

Quality criterion - Name: AC3 Data Management / Weighting: 12

Quality criterion - Name: AC4 Reporting / Weighting: 12

Quality criterion - Name: AC5 Implementation Plan / Weighting: 6

Quality criterion - Name: AC6 System Architecture / Weighting: 9

Cost criterion - Name: AC7 Total Contract Price / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

After the initial contract period of 6 years there are two optional extension periods of 2 years each.

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 000-004652


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

31 May 2022

five.2.2) Information about tenders

Number of tenders received: 4

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: 4

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, North City

Dublin 1

D01 F5P8

Email

tendernotices@version1.com

Telephone

+00 35318657800

Country

Ireland

NUTS code
  • IE - Ireland
Internet address

https://www.version1.com

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: £2,795,846

Total value of the contract/lot: £2,795,846


Section six. Complementary information

six.3) Additional information

The Contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. A Contractor 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

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.

As above

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complies 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 is communicated to tenderers. That notification provided full information on the award decision and provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.