Section one: Contracting authority
one.1) Name and addresses
The Department for Infrastructure
1b Airport Road
BELFAST
BT3 9DY
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region 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 5303017 DfI - Supply of Traffic Data Management System
Reference number
5303017
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 for Infrastructure (DfI) has a requirement for a Supplier to provide a Traffic Data Management System (TDMS) to receive, collate, present and store traffic count data. The initial contract period is 2 years following the implementation period and from the Go-Live date with five options to extend for any period up to, and including, 12 months each.
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: £403,000
two.2) Description
two.2.2) Additional CPV code(s)
- 72315000 - Data network management and support services
- 72317000 - Data storage services
- 72510000 - Computer-related management services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department for Infrastructure (DfI) has a requirement for a Supplier to provide a Traffic Data Management System (TDMS) to receive, collate, present and store traffic count data. The initial contract period is 2 years following the implementation period and from the Go-Live date with five options to extend for any period up to, and including, 12 months each.
two.2.5) Award criteria
Quality criterion - Name: MR1 Compliance with the Specification in Full / Weighting: 0
Quality criterion - Name: AC1 Implementation Planning / Weighting: 16.8
Quality criterion - Name: AC2 Contract Management and Contingency / Weighting: 16.8
Quality criterion - Name: AC3 Support and Maintenance / Weighting: 16.2
Quality criterion - Name: AC4 Social Value / Weighting: 10.2
Cost criterion - Name: AC5 Total Contract Price / Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
There are five options to extend for any period up to, and including, 12 months 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
two.2.14) Additional information
The figure indicated in Section II 1.5 represents an estimated contract value. This value reflectsthe potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optionalservices as detailed in the tender documents. This figure does not however take into account the application of indexation.. NeitherCPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does notbind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them orby any third party acting under instructions from the Economic Operator in connection with taking part in this procurement processregardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documentsby the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimateexpectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. ContractingAuthority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in thisnotice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all ofthem.
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: 2024/S 000-009443
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
25 July 2024
five.2.2) Information about tenders
Number of tenders received: 5
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: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Drakewell Limited
Maylands Bryne Lane, Padbury
BUCKINGHAM
MK18 2AL
Telephone
+44 1280827042
Fax
+44 1280822118
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: £403,000
Total value of the contract/lot: £403,000
Section six. Complementary information
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 the contract may be terminated.. The issue of a Notice of Unsatisfactory Performance can 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. three years from the date of issue. The Authority expressly reserves the rights; not to award any contract as a result of the procurement. process commenced by publication of this notice; to make whatever changes it may see fit to the content and structure of the tendering. Competition; to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and to award contract(s) in stages and. in no circumstances will the Authority be liable for any costs incurred by candidates..
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..