Section one: Contracting authority/entity
one.1) Name and addresses
DAERA - Department of Agriculture, Environment and Rural Affairs
Dundonald House, Upper Newtownards Road, Ballymiscaw
BELFAST
BT4 3SB
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.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
CFT558496 DAERA - LMC - Support and Maintenance of LMC’s Farm Quality Assurance Scheme (FQAS) Database
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 FQAS Customer Relationship Management (CRM) database was developed throughout 2013/14 and was deployed “live” in January 2015. The software behind the CRM database is Microsoft Dynamics 2013. The CRM database
is owned by LMC. The CRM database is hosted on site at LMC. LMC now requires a Contractor to provide support and maintenance of the above solution.
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: £300,293.64
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The FQAS Customer Relationship Management (CRM) database was developed throughout 2013/14 and was deployed “live” in January 2015. The software behind the CRM database is Microsoft Dynamics 2013. The CRM database
is owned by LMC. The CRM database is hosted on site at LMC. LMC now requires a Contractor to provide support and maintenance of the above solution.
two.2.5) Award criteria
Quality criterion - Name: As Per the Tender Documents / Weighting: 30
Cost criterion - Name: As Per the Tender Documents / Weighting: 70
two.2.11) Information about options
Options: Yes
Description of options
This contract will start on the Service Commencement Date and will run for an initial period of three 3 years plus three 3 optional extension periods of two 2 years each e.g. 3+2+2+2. In addition further services may be required to develop additional functionality, facilitate system upgrades including newer versions i.e. 2016, integration to other systems and allow for remote user access.
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
Negotiated without a prior call for competition
- The works, supplies or services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
The FQAS database requires development to capture information to allow carbon data collection to be undertaken. This additional development work is broadly within the scope of the overall requirement and does not represent a material change. The modification and the subsequent upgrade of the FQAS system us business critical for LMC. This modification request is for £106,622.47.
Regulation 72(1)(b) Additional works, services or supplies “have become necessary” and were not included in the initial procurement and a change of supplier would not be practicable (for economic, technical or interoperability reasons) and would involve substantial inconvenience/duplication of costs - provided the change does not exceed 50% of the value of the original contract.
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: 2016/S 252-464759
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
13 December 2016
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
CODEC-DSS LIMITED
Northern Ireland Science Park,Queen's Road, Queen's Island
Belfast
Country
Ireland
NUTS code
- IE - Ireland
Internet address
https://etendersni.gov.uk/epps
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £300,293.64
Section six. Complementary information
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 will comply with the Public Contracts Regulations 2015 (as amended). and, where appropriate, will incorporate 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 will provide full information on the award decision. This provides time for the. unsuccessful tenderers to challenge the award decision before the contract is entered into