Awarded contract

ID 2612780 -DfE - Tourism NI Tourism Business Hub and Website Development

  • DfE Tourism Northern Ireland

F15: Voluntary ex ante transparency notice

Notice reference: 2021/S 000-027844

Published 5 November 2021, 2:15pm



Section one: Contracting authority/entity

one.1) Name and addresses

DfE Tourism Northern Ireland

Linum Chambers, Bedford Square, Bedford Street

BELFAST

BT2 7ES

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 2612780 -DfE - Tourism NI Tourism Business Hub and Website Development

two.1.2) Main CPV code

  • 72212610 - Database software development services

two.1.3) Type of contract

Services

two.1.4) Short description

DfE - Tourism NI is placing this voluntary transparency notice to alert economic operators of its intention to modify the Tourism NI Tourism Business Hub and Website Development contract in accordance with Regulation 72 (1) (b) of the Public Contracts Regulations 2015. This transparency notice does not place any obligation on the Authority to enter into this modification.

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: £551,450

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 72000000 - IT services: consulting, software development, Internet and support
  • 48780000 - System, storage and content management software package
  • 48783000 - Content management software package
  • 48612000 - Database-management system
  • 72212780 - System, storage and content management software development services
  • 72212783 - Content management software development services
  • 72212600 - Database and operating software development services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Tourism NI require a Contractor to deliver a solution to provide the NI tourism industry

with a “one-stop-shop” tourism business hub as well as a corporate “shopfront” for the hub which will contain all necessary corporate information. A specification of requirements for this work is outlined below; this includes:- The delivery of a Tourism Business Hub including the development of our corporate website, the full integration with Microsoft Dynamics and software applications to deliver the functionality requested. Contractor(s) must note that there may be workload fluctuations at different time periods of the year.

two.2.5) Award criteria

Quality criterion - Name: AC1 Methodology and Implementation / Weighting: 20

Quality criterion - Name: AC2 Contract Management / Weighting: 10

Quality criterion - Name: AC3 Business Continuity / Weighting: 10

Cost criterion - Name: AC4 Total Contract Price / Weighting: 60

two.2.11) Information about options

Options: Yes

Description of options

The Contract commenced on the 6 March 2020 for 2 years. There are 3 additional optional extension options of 1 year 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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

To allow TNI to complete critical work that has become necessary through recovery following the pandemic, it is permissible to rely on regulation 71(1)(b) as the required work was not included in the initial procurement documents and a change of supplier would not be practical practicable (for economic, technical or interoperability reasons) and would involve substantial inconvenience/duplication of costs.

This is not a modification for any additional time, but for additional services at £275,725 required within the contract term.

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: 2020/S 051-122319


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

6 March 2020

five.2.2) Information about tenders

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

five.2.3) Name and address of the contractor/concessionaire

MADE TO ENGAGE LIMITED

Ground Floor, Flax House, Adelaide Street

Belfast

BT2 8FE

Email

tenders@madetoengage.com

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
Internet address

https://etendersni.gov.uk/epps

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Initial estimated total value of the contract/lot/concession: £500,000

Total value of the contract/lot/concession: £827,175


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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.

United Kingdom

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). The authority will incorporate a standstill period (i.e. a minimum of 10 calendar days) before this contract is awarded.