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
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
Telephone
+00 35318657800
Country
Ireland
NUTS code
- IE - Ireland
Internet address
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.