Notice Information
Notice Title
ID 3034297 DoF - LPS - Integration Partner
Notice 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).
Lot Information
Lot 1
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).
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02beee
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014203-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
72227000 - Software integration consultancy services
72228000 - Hardware integration consultancy services
79400000 - Business and management consultancy and related services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £7,001,427 £1M-£10M
Notice Dates
- Publication Date
- 22 Jun 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 20 Jun 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF FINANCE
- Contact Name
- StrategicDelivery.CPDfinance-ni.gov.uk
- Contact Email
- strategicdelivery.cpd@finance-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT1 3LP
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Central
- Westminster Constituency
- Belfast South and Mid Down
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02beee-2021-06-22T14:54:02+01:00",
"date": "2021-06-22T14:54:02+01:00",
"ocid": "ocds-h6vhtk-02beee",
"description": "The figure indicated in V.2.4 of PS25000000 GBP 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.",
"initiationType": "tender",
"tender": {
"id": "ID 3034297",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ID 3034297 DoF - LPS - Integration Partner",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"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).",
"lots": [
{
"id": "1",
"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).",
"awardCriteria": {
"criteria": [
{
"name": "Qualitative Criteria - as per the tender documents",
"type": "quality",
"description": "50"
},
{
"name": "Quantitative Criteria - as per the tender documents",
"type": "cost",
"description": "50"
}
]
},
"hasOptions": true,
"options": {
"description": "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."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72227000",
"description": "Software integration consultancy services"
},
{
"scheme": "CPV",
"id": "72228000",
"description": "Hardware integration consultancy services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"coveredBy": [
"GPA"
],
"reviewDetails": "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."
},
"awards": [
{
"id": "014203-2021-1-1",
"relatedLots": [
"1"
],
"title": "ID 3034297 DoF - LPS - Integration Partner",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-20216",
"name": "VERSION1 SOFTWARE"
}
]
}
],
"parties": [
{
"id": "GB-FTS-20215",
"name": "Department of Finance",
"identifier": {
"legalName": "Department of Finance"
},
"address": {
"streetAddress": "Land and Property Services, Lanyon Plaza, 7 Lanyon Place, Town Parks",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT1 3LP",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "StrategicDelivery.CPDfinance-ni.gov.uk",
"email": "StrategicDelivery.CPD@finance-ni.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-20216",
"name": "VERSION1 SOFTWARE",
"identifier": {
"legalName": "VERSION1 SOFTWARE"
},
"address": {
"streetAddress": "Millennium House, Millennium Walkway",
"locality": "Dublin",
"region": "IE",
"postalCode": "none",
"countryName": "Ireland"
},
"contactPoint": {
"telephone": "+44 35318657800",
"email": "tendernotices@version1.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-20217",
"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.",
"identifier": {
"legalName": "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."
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-20215",
"name": "Department of Finance"
},
"contracts": [
{
"id": "014203-2021-1-1",
"awardID": "014203-2021-1-1",
"title": "ID 3034297 DoF - LPS - Integration Partner",
"status": "active",
"value": {
"amount": 7001427.2,
"currency": "GBP"
},
"dateSigned": "2021-06-21T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 1
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 7
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:408206-2020:TEXT:EN:HTML"
}
],
"language": "en"
}