Award

ID 3034297 DoF - LPS - Integration Partner

DEPARTMENT OF FINANCE

This public procurement record has 1 release in its history.

Award

22 Jun 2021 at 13:54

Summary of the contracting process

The Department of Finance, located in Belfast, is seeking an Integration Partner through a competitive procurement process under the title "ID 3034297 DoF - LPS - Integration Partner". This procurement is classified within the IT services industry, specifically focusing on consulting, software development, and support. It appears to be at the award stage, with a contract value of approximately £7,001,427.20 signed on 21 June 2021. The procurement method utilised is the selective procedure, and there is a provision for extending the contract for up to 48 months, subject to satisfactory performance.

This tender presents significant opportunities for businesses specialising in IT services, especially those with expertise in enterprise architecture, software integration, and data management services. Companies that provide consulting for digital solutions, application development, and geospatial data analysis would be particularly well-suited to compete for this contract. The successful contractor will need to ensure alignment with the Department of Finance's strategic goals while delivering effective integrated solutions that meet operational requirements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

VERSION1 SOFTWARE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}