Notice Information
Notice Title
DoF LPS Land Registration Delivery Partner Project
Notice Description
The Department of Finance, Land and Property Services (LPS) in Northern Ireland has a requirement for a Land Registration Delivery Partner to deliver a modern digitally enabled ICT solution that will support the transformation of Land Registration Services. It is envisaged that the new solution will be responsible for but not limited to the replacement of the aging stand-alone legacy systems with a new digital Land Registration solution that supports the design and delivery of joined up services. The new solution will be user friendly, customer focused, support web-based technologies, digital self-service platforms and seamlessly connect and integrate with the LPS Enterprise Integration Platform to share and consume data and business events. The new solution will also be flexible and adaptable to support new and innovative methods of delivery, future changes and ongoing business needs. Further information is available in the Project Description document and the Information Memorandum (IM).
Lot Information
Lot 1
The Department of Finance, Land and Property Services (LPS) in Northern Ireland has a requirement for a Land Registration Delivery Partner to deliver a modern digitally enabled ICT solution that will support the transformation of Land Registration Services. It is envisaged that the new solution will be responsible for but not limited to the replacement of the aging stand-alone legacy systems with a new digital Land Registration solution that supports the design and delivery of joined up services. The new solution will be user friendly, customer focused, support web-based technologies, digital self-service platforms and seamlessly connect and integrate with the LPS Enterprise Integration Platform to share and consume data and business events. The new solution will also be flexible and adaptable to support new and innovative methods of delivery, future changes and ongoing business needs. Further information is available in the Project Description document and the Information Memorandum (IM).
Options: The Contract has an initial term of 180 months from and including the Effective Date of 01 April 2025. In addition there is an extension periods of one or more periods of up to a total of 3 three years from the end of the Initial Term. The contract value below represents the potential total value of the contract over the maximum contract including any optional extension periods.The maximum Contract Value including any optional extension period is up to 125,000,000 GBP exclusive of VAT.This maximum value reflects the potential scale of the contract and takes into account changes and potential modifications to the contract that may be required due to legislative, operational and technological developments and/or additional functions and additional services that LPS may be required to provide during the contract term. The Contracting Authority reserves the right to terminate before the expiry of the term as set out within the Contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0302ea
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015668-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
64 - Postal and telecommunications services
66 - Financial and insurance services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
48000000 - Software package and information systems
48200000 - Networking, Internet and intranet software package
48220000 - Internet and intranet software package
48300000 - Document creation, drawing, imaging, scheduling and productivity software package
48310000 - Document creation software package
48318000 - Scanner software package
48320000 - Drawing and imaging software package
48326000 - Mapping software package
48326100 - Digital mapping system
48329000 - Imaging and archiving system
48442000 - Financial systems software package
48600000 - Database and operating software package
48610000 - Database systems
48611000 - Database software package
48612000 - Database-management system
48800000 - Information systems and servers
48810000 - Information systems
48900000 - Miscellaneous software package and computer systems
64210000 - Telephone and data transmission services
66112000 - Deposit services
66170000 - Financial consultancy, financial transaction processing and clearing-house services
71354000 - Map-making services
71354100 - Digital mapping services
71354200 - Aerial mapping services
71355000 - Surveying services
71355200 - Ordnance surveying
72000000 - IT services: consulting, software development, Internet and support
72100000 - Hardware consultancy services
72200000 - Software programming and consultancy services
72210000 - Programming services of packaged software products
72212200 - Networking, Internet and intranet software development services
72212211 - Platform interconnectivity software development services
72212220 - Internet and intranet software development services
72212326 - Mapping software development services
72212400 - Business transaction and personal business software development services
72212482 - Business intelligence software development services
72212517 - IT software development services
72212600 - Database and operating software development services
72212610 - Database software development services
72212732 - Data security software development services
72212900 - Miscellaneous software development services and computer systems
72220000 - Systems and technical consultancy services
72222300 - Information technology services
72224100 - System implementation planning services
72227000 - Software integration consultancy services
72228000 - Hardware integration consultancy services
72230000 - Custom software development services
72250000 - System and support services
72260000 - Software-related services
72268000 - Software supply services
72300000 - Data services
72316000 - Data analysis services
72317000 - Data storage services
72320000 - Database services
72322000 - Data management services
72400000 - Internet services
72500000 - Computer-related services
72700000 - Computer network services
72900000 - Computer back-up and catalogue conversion services
75100000 - Administration services
79100000 - Legal services
79400000 - Business and management consultancy and related services
79500000 - Office-support services
79571000 - Mailing services
79800000 - Printing and related services
79940000 - Collection agency services
79990000 - Miscellaneous business-related services
79999000 - Scanning and invoicing services
79999100 - Scanning services
Notice Value(s)
- Tender Value
- £125,000,000 £100M-£1B
- Lots Value
- £125,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £125,000,000 £100M-£1B
Notice Dates
- Publication Date
- 16 Apr 202510 months ago
- Submission Deadline
- 4 Feb 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 30 Mar 202510 months 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
- SSDAdmin.cpdfinance-ni.gov.uk
- Contact Email
- ssdadmin.cpd@finance-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT3 9ED
- 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, TLN0 Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Sydenham
- Westminster Constituency
- Belfast East
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-0302ea-2025-04-16T16:31:04+01:00",
"date": "2025-04-16T16:31:04+01:00",
"ocid": "ocds-h6vhtk-0302ea",
"description": "This competition has been conducted in accordance with the Public Contracts Regulations 2015 (\"the Regulations\") and the Contracting. Authority used the competitive dialogue procedure which is governed by Regulation 30 of the Regulations. The Contracting Authority reserves the right to modify and vary the contract to provide for additional services that are complementary to the services to be provided under the Land Registration Delivery Partner Project in order to address future functions and requirements and/or additional ICT requirements, such as: - Services that allow for enhancements and developments to be created, implemented. and maintained throughout the system;. - Services that allow for new service modules to be added to the system, for example, and without prejudice to the generality of the foregoing, a provider for digital signatures;.- Services that develop, assist, maintain and improve the functionality of the system, including but not limited to the increased automation of processes;.- Services to facilitate, assist and support the integration of the system with other systems used by LPS (via the LPS Enterprise Integration Platform) and/or other systems used by the Northern Ireland Civil Service and wider public sector; - Services to support the inclusion and maintenance of additional users of the system.- Services to communicate and correspond with stakeholders and users of the system, such as electronic. messaging; - Services providing for the administration, including but not limited to processing applications and updating registers; - Services providing for the recording, management and processing of monies; and - Services providing for and enabling adjustments to the system to reflect change of function legislative, operational and technological developments.",
"initiationType": "tender",
"tender": {
"id": "3830533",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DoF LPS Land Registration Delivery Partner Project",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "The Department of Finance, Land and Property Services (LPS) in Northern Ireland has a requirement for a Land Registration Delivery Partner to deliver a modern digitally enabled ICT solution that will support the transformation of Land Registration Services. It is envisaged that the new solution will be responsible for but not limited to the replacement of the aging stand-alone legacy systems with a new digital Land Registration solution that supports the design and delivery of joined up services. The new solution will be user friendly, customer focused, support web-based technologies, digital self-service platforms and seamlessly connect and integrate with the LPS Enterprise Integration Platform to share and consume data and business events. The new solution will also be flexible and adaptable to support new and innovative methods of delivery, future changes and ongoing business needs. Further information is available in the Project Description document and the Information Memorandum (IM).",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Department of Finance, Land and Property Services (LPS) in Northern Ireland has a requirement for a Land Registration Delivery Partner to deliver a modern digitally enabled ICT solution that will support the transformation of Land Registration Services. It is envisaged that the new solution will be responsible for but not limited to the replacement of the aging stand-alone legacy systems with a new digital Land Registration solution that supports the design and delivery of joined up services. The new solution will be user friendly, customer focused, support web-based technologies, digital self-service platforms and seamlessly connect and integrate with the LPS Enterprise Integration Platform to share and consume data and business events. The new solution will also be flexible and adaptable to support new and innovative methods of delivery, future changes and ongoing business needs. Further information is available in the Project Description document and the Information Memorandum (IM).",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 4320
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 3
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Contract has an initial term of 180 months from and including the Effective Date of 01 April 2025. In addition there is an extension periods of one or more periods of up to a total of 3 three years from the end of the Initial Term. The contract value below represents the potential total value of the contract over the maximum contract including any optional extension periods.The maximum Contract Value including any optional extension period is up to 125,000,000 GBP exclusive of VAT.This maximum value reflects the potential scale of the contract and takes into account changes and potential modifications to the contract that may be required due to legislative, operational and technological developments and/or additional functions and additional services that LPS may be required to provide during the contract term. The Contracting Authority reserves the right to terminate before the expiry of the term as set out within the Contract."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "AC1 - Implementation, Deployment, Training, Exit and Partnering Arrangements",
"type": "quality",
"description": "4.680"
},
{
"name": "AC2 - Business Transformation Services",
"type": "quality",
"description": "6.825"
},
{
"name": "AC3 - Solution Development, Test, Digital and Data Services",
"type": "quality",
"description": "5.070"
},
{
"name": "AC4 - Technical Support Services",
"type": "quality",
"description": "2.925"
},
{
"name": "AC5 - Applications - General and Land Registry",
"type": "quality",
"description": "7.290"
},
{
"name": "AC6 - Applications - Other Registers",
"type": "quality",
"description": "4.050"
},
{
"name": "AC7 - Case Management",
"type": "quality",
"description": "4.860"
},
{
"name": "AC8 - Casework Processing Automation Workflow and Operational Performance",
"type": "quality",
"description": "8.910"
},
{
"name": "AC9 - Finance",
"type": "quality",
"description": "2.430"
},
{
"name": "AC10 - Searching and Document Management",
"type": "quality",
"description": "4.860"
},
{
"name": "AC11 - Geospacial",
"type": "quality",
"description": "4.860"
},
{
"name": "AC12 - Operational Productivity and Compliance",
"type": "quality",
"description": "3.240"
},
{
"name": "AC13 - Social Value",
"type": "quality",
"description": "10.050"
},
{
"name": "AC14 - Legal - Provision of Service",
"type": "quality",
"description": "1.20"
},
{
"name": "AC15 - Legal - Remedies",
"type": "quality",
"description": "1.950"
},
{
"name": "AC16 - Legal - Intellectual Property",
"type": "quality",
"description": "1.500"
},
{
"name": "AC17 - Legal - All other claused and Schedules",
"type": "quality",
"description": "0.300"
},
{
"name": "Financial - NPV of the Total Cost of Services",
"type": "cost",
"description": "17.5"
},
{
"name": "Financial - Impact of Sensitivity Testing",
"type": "cost",
"description": "2.5"
},
{
"name": "Financial - Pricing for Supplier Personnel Rate Card",
"type": "cost",
"description": "5.0"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72320000",
"description": "Database services"
},
{
"scheme": "CPV",
"id": "72268000",
"description": "Software supply services"
},
{
"scheme": "CPV",
"id": "72230000",
"description": "Custom software development services"
},
{
"scheme": "CPV",
"id": "72227000",
"description": "Software integration consultancy services"
},
{
"scheme": "CPV",
"id": "48800000",
"description": "Information systems and servers"
},
{
"scheme": "CPV",
"id": "48200000",
"description": "Networking, Internet and intranet software package"
},
{
"scheme": "CPV",
"id": "48220000",
"description": "Internet and intranet software package"
},
{
"scheme": "CPV",
"id": "48300000",
"description": "Document creation, drawing, imaging, scheduling and productivity software package"
},
{
"scheme": "CPV",
"id": "48310000",
"description": "Document creation software package"
},
{
"scheme": "CPV",
"id": "48318000",
"description": "Scanner software package"
},
{
"scheme": "CPV",
"id": "48320000",
"description": "Drawing and imaging software package"
},
{
"scheme": "CPV",
"id": "48326000",
"description": "Mapping software package"
},
{
"scheme": "CPV",
"id": "48326100",
"description": "Digital mapping system"
},
{
"scheme": "CPV",
"id": "48329000",
"description": "Imaging and archiving system"
},
{
"scheme": "CPV",
"id": "48600000",
"description": "Database and operating software package"
},
{
"scheme": "CPV",
"id": "48610000",
"description": "Database systems"
},
{
"scheme": "CPV",
"id": "48611000",
"description": "Database software package"
},
{
"scheme": "CPV",
"id": "48612000",
"description": "Database-management system"
},
{
"scheme": "CPV",
"id": "71354000",
"description": "Map-making services"
},
{
"scheme": "CPV",
"id": "71354100",
"description": "Digital mapping services"
},
{
"scheme": "CPV",
"id": "71354200",
"description": "Aerial mapping services"
},
{
"scheme": "CPV",
"id": "71355000",
"description": "Surveying services"
},
{
"scheme": "CPV",
"id": "71355200",
"description": "Ordnance surveying"
},
{
"scheme": "CPV",
"id": "72100000",
"description": "Hardware consultancy services"
},
{
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
},
{
"scheme": "CPV",
"id": "72210000",
"description": "Programming services of packaged software products"
},
{
"scheme": "CPV",
"id": "72212326",
"description": "Mapping software development services"
},
{
"scheme": "CPV",
"id": "72228000",
"description": "Hardware integration consultancy services"
},
{
"scheme": "CPV",
"id": "72250000",
"description": "System and support services"
},
{
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "72500000",
"description": "Computer-related services"
},
{
"scheme": "CPV",
"id": "72700000",
"description": "Computer network services"
},
{
"scheme": "CPV",
"id": "72900000",
"description": "Computer back-up and catalogue conversion services"
},
{
"scheme": "CPV",
"id": "75100000",
"description": "Administration services"
},
{
"scheme": "CPV",
"id": "48810000",
"description": "Information systems"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
{
"scheme": "CPV",
"id": "48442000",
"description": "Financial systems software package"
},
{
"scheme": "CPV",
"id": "79800000",
"description": "Printing and related services"
},
{
"scheme": "CPV",
"id": "72316000",
"description": "Data analysis services"
},
{
"scheme": "CPV",
"id": "79940000",
"description": "Collection agency services"
},
{
"scheme": "CPV",
"id": "48900000",
"description": "Miscellaneous software package and computer systems"
},
{
"scheme": "CPV",
"id": "79500000",
"description": "Office-support services"
},
{
"scheme": "CPV",
"id": "79571000",
"description": "Mailing services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "64210000",
"description": "Telephone and data transmission services"
},
{
"scheme": "CPV",
"id": "79990000",
"description": "Miscellaneous business-related services"
},
{
"scheme": "CPV",
"id": "66170000",
"description": "Financial consultancy, financial transaction processing and clearing-house services"
},
{
"scheme": "CPV",
"id": "66112000",
"description": "Deposit services"
},
{
"scheme": "CPV",
"id": "72220000",
"description": "Systems and technical consultancy services"
},
{
"scheme": "CPV",
"id": "72322000",
"description": "Data management services"
},
{
"scheme": "CPV",
"id": "72317000",
"description": "Data storage services"
},
{
"scheme": "CPV",
"id": "72224100",
"description": "System implementation planning services"
},
{
"scheme": "CPV",
"id": "72400000",
"description": "Internet services"
},
{
"scheme": "CPV",
"id": "72212200",
"description": "Networking, Internet and intranet software development services"
},
{
"scheme": "CPV",
"id": "72212211",
"description": "Platform interconnectivity software development services"
},
{
"scheme": "CPV",
"id": "72212220",
"description": "Internet and intranet software development services"
},
{
"scheme": "CPV",
"id": "72212400",
"description": "Business transaction and personal business software development services"
},
{
"scheme": "CPV",
"id": "72212482",
"description": "Business intelligence software development services"
},
{
"scheme": "CPV",
"id": "72212517",
"description": "IT software development services"
},
{
"scheme": "CPV",
"id": "72212600",
"description": "Database and operating software development services"
},
{
"scheme": "CPV",
"id": "72212610",
"description": "Database software development services"
},
{
"scheme": "CPV",
"id": "72212732",
"description": "Data security software development services"
},
{
"scheme": "CPV",
"id": "72212900",
"description": "Miscellaneous software development services and computer systems"
},
{
"scheme": "CPV",
"id": "79999000",
"description": "Scanning and invoicing services"
},
{
"scheme": "CPV",
"id": "79999100",
"description": "Scanning services"
},
{
"scheme": "CPV",
"id": "79100000",
"description": "Legal services"
}
],
"deliveryAddresses": [
{
"region": "UKN0"
},
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "EOs will be assessed in accordance with Regulation 58 of the Public Contract Regulations 2015 (as amended) as set out in the IM and SQ.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "The appointment to the contract will be subject to the preferred bidder demonstrating that the minimum requirements specified in the SQ continue to be met and there being no material adverse change to the standing of the preferred bidder. The appointment will also be subject to all other necessary due diligence being carried out by the Contracting Authority. No formal contract shall be binding until it has been formally executed by the duly authorised representatives of the parties.. Contract performance will be managed and monitored in accordance with the principles as outlined in the Procurement Guidance Note 01/12 'Contract Management', link included below: . https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures . . This contract forms part of the NOVA Programme, which will bring together a number of suppliers each of which will be required to act in a collaborative manner to achieve the programme's objectives. As such there will be contractual requirements that the contractor works co-operatively, proactively and effectively with each of the other Nova Programme suppliers and with the Contracting Authority. This will include the provision of reasonable cooperation, support, assistance and information (including potentially granting access to the contractor's resources, systems, software and information for the services) and notifying other suppliers and the Contracting Authority where the contractor's non compliance may have an impact on the performance of another supplier's services to the Contracting Authority. The contractor may also be required as part of this contract to deliver certain actions or activities that are dependencies of other suppliers under the Nova Programme. It is envisaged that such dependencies will have Milestone Dates attached as well as consequences for failing to achieve such Milestones (e.g. delay payments or services points / credits). As part of the dialogue process the tenderers will also be expected to identify any dependences that they have on the Contracting Authority and other suppliers.. 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.\" . . . The Authority expressly reserves the rights:. . (I). not to award any contract as a result of the procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and structure of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and. (IV). to award contract(s) in stages.. . and in no circumstances will the Authority be liable for any costs incurred by candidates.\". . . .",
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-02-04T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false,
"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."
},
"parties": [
{
"id": "GB-FTS-3552",
"name": "Department of Finance",
"identifier": {
"legalName": "Department of Finance"
},
"address": {
"streetAddress": "303 Airport Road West",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT3 9ED",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "SSDAdmin.CPD@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps/home.do",
"name": "SSDAdmin.cpdfinance-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-38136",
"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": "n/a",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-144346",
"name": "FUJITSU SERVICES LTD",
"identifier": {
"legalName": "FUJITSU SERVICES LTD"
},
"address": {
"streetAddress": "Lovelace Road",
"locality": "Bracknell",
"region": "UK",
"postalCode": "RG12 8SN",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 02032192050",
"email": "askfujitsu@uk.fujitsu.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-23124",
"name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures apart from 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 apart from 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-3552",
"name": "Department of Finance"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:289610-2019:TEXT:EN:HTML"
}
],
"language": "en",
"awards": [
{
"id": "015668-2025-1-1",
"relatedLots": [
"1"
],
"title": "DoF LPS Land Registration Delivery Partner Project",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"minimumPercentage": 0.2,
"maximumPercentage": 0.2,
"description": "The Land Administration Company Inc. - Provision of software and associated support and maintenance. Implementation of the software. PA Consulting - Initial support to elements of project management and business change. Access Paysuite Limited - Payment gateway service to initiate and manage variable Direct Debits."
},
"suppliers": [
{
"id": "GB-FTS-144346",
"name": "FUJITSU SERVICES LTD"
}
]
}
],
"contracts": [
{
"id": "015668-2025-1-1",
"awardID": "015668-2025-1-1",
"title": "DoF LPS Land Registration Delivery Partner Project",
"status": "active",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"dateSigned": "2025-03-31T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 10
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 1
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 10
}
]
}
}