Awarded contract

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

  • DfE Tourism Northern Ireland

F20: Modification notice

Notice reference: 2021/S 000-029408

Published 26 November 2021, 8:15am



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


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.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 at the time of conclusion of the contract:

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 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.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

60

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.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2020/S 051-122319


Section five. Award of contract/concession

Contract No

1

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

6 March 2020

five.2.2) Information about tenders

The contract/concession 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 the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £551,450


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.

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Public Contract Regulations 2015 provide 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 incorporated a standstill period before this contract modification was awarded. The standstill period was for a minimum of 10 calendar days..


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 72212610 - Database software development services

seven.1.3) Place of performance

NUTS code
  • UKN - Northern Ireland

seven.1.4) 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 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.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

60

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£551,450

seven.1.7) 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

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

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 (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.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

This is to allow for the provision of necessary additional services required for the contract, due to unforeseen reasons. A change of supplier would not be practical (for economic, technical or interoperability reasons) and would involve substantial inconvenience/duplication of costs. This is permissible under the PCR 2015 Regulations 72 (b).

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £275,725

Total contract value after the modifications

Value excluding VAT: £827,175