Section one: Contracting authority
one.1) Name and addresses
The Special EU Programmes Body
7th Floor, The Clarence West Building, 2 Clarence St W
Belfast
BT2 7GP
StrategicDelivery.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 4750429 SEUPB - Maintenance, Hosting and Support for Jems Electronic Monitoring System
Reference number
4750429
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 Special EU Programmes Body (SEUPB) is seeking to appoint a Contractor to provide hosting, full support, and customisation services in relation to the Jems Electronic Monitoring System along with the provision of a full-service managed support portal for the delivery of the PEACEPLUS Programme. The contract will commence upon contract award for an initial period of 5 years.
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: £4,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 72500000 - Computer-related services
- 72200000 - Software programming and consultancy services
- 72230000 - Custom software development services
- 72250000 - System and support services
- 72260000 - Software-related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Special EU Programmes Body (SEUPB) is seeking to appoint a Contractor to provide hosting, full support, and customisation services in relation to the Jems Electronic Monitoring System along with the provision of a full-service managed support portal for the delivery of the PEACEPLUS Programme. The contract will commence upon contract award for an initial period of 5 years.
two.2.5) Award criteria
Quality criterion - Name: MR1 Compliance with the Specification in Full / Weighting: 0
Quality criterion - Name: AC1 Implementation Planning / Weighting: 12.6
Quality criterion - Name: AC2 Support Portal and Helpline / Weighting: 12.6
Quality criterion - Name: AC3 Key Personnel Experience / Weighting: 12.6
Quality criterion - Name: AC4 Support and Maintenance / Weighting: 12
Quality criterion - Name: AC5 Social Value / Weighting: 10.2
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
There will be 2 optional extension periods of any period up to, and including, 24 months each, subject to budgetary approval and satisfactory performance.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
A new European Union funded programme “PEACEPLUS” has been designed to support peace and prosperity across Northern Ireland and the border counties of Ireland, building upon the work of the previous PEACE and INTERREG Programmes.
The design reflects the importance of peace-building activity, but also the importance of actions that will contribute positively to the economy, building prosperity.
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: 2023/S 000-023721
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
23 October 2023
five.2.2) Information about tenders
Number of tenders received: 1
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: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Get Swarms Limited
20-22 Wenlock Road
LONDON
N1 7GU
amit.jain@digitaltransformationnetworks.com
Telephone
+44 8452260125
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: £4,000,000
Total value of the contract/lot: £4,000,000
Section six. Complementary information
six.3) Additional information
The successful Contractor’s performance will be managed as per the specification. and regularly monitored. 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 grounds for termination. of the contract at the Contractor's expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of.. Unsatisfactory Performance. A central register of such Notices for supplies and services Contracts will be maintained and published. on the CPD website. Any Contractor in receipt of multiple Notices of Written Warning or Notices of Unsatisfactory Performance will be. required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in. the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures.
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.