We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 322226-2021

25/06/2021    S121

United Kingdom-Belfast: IT services: consulting, software development, Internet and support

2021/S 121-322226

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Department of Finance
Postal address: Land and Property Services, Lanyon Plaza, 7 Lanyon Place, Town Parks
Town: Belfast
NUTS code: UK United Kingdom
Postal code: BT1 3LP
Country: United Kingdom
Contact person: StrategicDelivery.CPDfinance-ni.gov.uk
E-mail: StrategicDelivery.CPD@finance-ni.gov.uk
Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

ID 3034297 DoF — LPS — Integration Partner

Reference number: ID 3034297
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

The Department of Finance’s Land and Property Services is seeking to procure a supplier who can work with LPS to deliver digitally integrated solutions, systems and outcomes to enable LPS to meet its strategic goals and underpin the objectives of both the NOVA Programme and wider LPS business needs. The Department of Finance’s Land and Property Services (LPS) is seeking to procure a supplier who can work with LPS to deliver digitally integrated solutions, systems and outcomes to enable LPS to meet its strategic goals and underpin the objectives of both the NOVA Programme and wider LPS business needs. The Minimum Service Requirements have been broken down into the following broad areas:

(a) enterprise architecture services including implementation of an integration strategy and target architecture for LPS and its major stakeholders;

(b) design, build and implementation of a robust enterprise application integration platform which enables solution interoperability, systems integration and API management;

(c) ensuring that the technical ecosystem for LPS aligns with NICS Enterprise Architecture principles and which adopts shared and reusable integration components from the wider NICS technical ecosystem where feasible (e.g. API management, Identity Hub);

(d) implementation of a master data management model within LPS including the integration of unique geospatial identifiers into all LPS data sets where possible;

(e) data management services (e.g. data architecture, modelling, analytics, quality health checks, cleansing and migration);

(f) software development and support services (e.g. application development, APIs, online forms, portals, testing, release management and spatial development including Geographic Information Systems (GIS));

(g) third party application support and maintenance services (e.g. legacy ICT systems out of contract);

(h) spatial support services (e.g. geospatial data analysis, spatial application development and spatial technical consultancy);

(i) business support services (e.g. pre-procurement support, service design, process design, business analysis, change management, service improvement and solution deployment support); and

(j) strategic advice and guidance (e.g. strategy development, emerging technologies, innovation, benchmarking and Supplier management support).

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 7 001 427.20 GBP
II.2)Description
II.2.2)Additional CPV code(s)
72227000 Software integration consultancy services
72228000 Hardware integration consultancy services
79400000 Business and management consultancy and related services
II.2.3)Place of performance
NUTS code: UKN Northern Ireland
II.2.4)Description of the procurement:

The Department of Finance’s Land and Property Services is seeking to procure a supplier who can work with LPS to deliver digitally integrated solutions, systems and outcomes to enable LPS to meet its strategic goals and underpin the objectives of both the NOVA Programme and wider LPS business needs. The Department of Finance’s Land and Property Services (LPS) is seeking to procure a supplier who can work with LPS to deliver digitally integrated solutions, systems and outcomes to enable LPS to meet its strategic goals and underpin the objectives of both the NOVA Programme and wider LPS business needs. The Minimum Service Requirements have been broken down into the following broad areas:

(a) enterprise architecture services including implementation of an integration strategy and target architecture for LPS and its major stakeholders;

(b) design, build and implementation of a robust enterprise application integration platform which enables solution interoperability, systems integration and API management;

(c) ensuring that the technical ecosystem for LPS aligns with NICS Enterprise Architecture principles and which adopts shared and reusable integration components from the wider NICS technical ecosystem where feasible (e.g. API management, Identity Hub);

(d) implementation of a Master Data Management model within LPS including the integration of unique geospatial identifiers into all LPS data sets where possible;

(e) data management services (e.g. data architecture, modelling, analytics, quality health checks, cleansing and migration);

(f) software development and support services (e.g. application development, APIs, online forms, portals, testing, release management and spatial development including Geographic Information Systems (GIS));

(g) third party application support and maintenance services (e.g. legacy ICT systems out of contract);

(h) spatial support services (e.g. geospatial data analysis, spatial application development and spatial technical consultancy);

(i) business support services (e.g. pre procurement support, service design, process design, business analysis, change management, service improvement and solution deployment support); and

(j) strategic advice and guidance (e.g. strategy development, emerging technologies, innovation, benchmarking and supplier management support).

II.2.5)Award criteria
Quality criterion - Name: Qualitative criteria — as per the tender documents / Weighting: 50
Cost criterion - Name: Quantitative criteria — as per the tender documents / Weighting: 50
II.2.11)Information about options
Options: yes
Description of options:

The contract has the option to extend subject to the terms of the contract and the performance of the successful Economic Operator for 24 months and a second option to extend for up to a further 24 months.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 168-408206
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: 1
Title:

ID 3034297 DoF — LPS — Integration Partner

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
21/06/2021
V.2.2)Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Version1 Software
Postal address: Millennium House, Millennium Walkway
Town: Dublin
NUTS code: IE Éire / Ireland
Postal code: none
Country: Ireland
E-mail: tendernotices@version1.com
Telephone: +44 35318657800
Internet address: https://etendersni.gov.uk/epps
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 25 000 000.00 GBP
Total value of the contract/lot: 7 001 427.20 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

The figure indicated in V.2.4) of GBP 25 000 000 represents the potential value of the contract over the maximum contract term. This value reflects the potential scale of the contract and takes into account additional work packages that may be required due to operational and technological developments. The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 certificate of unsatisfactory performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory. Performance will 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 twelve months from the date of issue of the certificate.

VI.4)Procedures for review
VI.4.1)Review body
Official name: 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.
Town: Belfast
Country: United Kingdom
VI.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.

VI.5)Date of dispatch of this notice:
22/06/2021