Award

ID 5303017 DfI - Supply of Traffic Data Management System

THE DEPARTMENT FOR INFRASTRUCTURE

This public procurement record has 2 releases in its history.

Award

25 Jul 2024 at 13:54

Tender

22 Mar 2024 at 15:23

Summary of the contracting process

The Department for Infrastructure (DfI) has awarded a contract for the supply of a Traffic Data Management System (TDMS) to Drakewell Limited. This contract, which falls under the category of IT services including consulting, software development, Internet, and support, was initiated through an open procurement method and has been monitored according to the published tender documentation. The contract is valued at £403,000 and is located in the UK, specifically addressing the region of Northern Ireland. The initial contract period is for two years post-implementation, with an option to extend up to five additional periods of 12 months each. The award was completed and signed on 25th July 2024.

This procurement represents a significant opportunity for businesses specialising in IT and data management services, as it underscores the importance of delivering high-quality solutions for traffic data management. Companies with expertise in providing data network management and support services, data storage services, and computer-related management services would find this tender particularly relevant. Businesses focusing on public sector contracts and those looking to establish long-term partnerships with governmental departments, given the multiple extension options, would be well-suited to compete for similar future tenders, thereby fostering potential growth and sustained business relations.

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 5303017 DfI - Supply of Traffic Data Management System

Notice Description

The Department for Infrastructure (DfI) has a requirement for a Supplier to provide a Traffic Data Management System (TDMS) to receive, collate, present and store traffic count data. The initial contract period is 2 years following the implementation period and from the Go-Live date with five options to extend for any period up to, and including, 12 months each.

Lot Information

Lot 1

The Department for Infrastructure (DfI) has a requirement for a Supplier to provide a Traffic Data Management System (TDMS) to receive, collate, present and store traffic count data. The initial contract period is 2 years following the implementation period and from the Go-Live date with five options to extend for any period up to, and including, 12 months each. Additional information: The figure indicated in Section II 1.5 represents an estimated contract value. This value reflectsthe potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optionalservices as detailed in the tender documents. This figure does not however take into account the application of indexation.. NeitherCPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does notbind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them orby any third party acting under instructions from the Economic Operator in connection with taking part in this procurement processregardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documentsby the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimateexpectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. ContractingAuthority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in thisnotice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all ofthem.

Options: There are five options to extend for any period up to, and including, 12 months each.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-044be9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023257-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

72315000 - Data network management and support services

72317000 - Data storage services

72510000 - Computer-related management services

Notice Value(s)

Tender Value
£403,000 £100K-£500K
Lots Value
£403,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£403,000 £100K-£500K

Notice Dates

Publication Date
25 Jul 20241 years ago
Submission Deadline
29 Apr 2024Expired
Future Notice Date
Not specified
Award Date
24 Jul 20241 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
THE DEPARTMENT FOR INFRASTRUCTURE
Contact Name
Not specified
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9DY
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
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

DRAKEWELL

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-044be9-2024-07-25T14:54:55+01:00",
    "date": "2024-07-25T14:54:55+01:00",
    "ocid": "ocds-h6vhtk-044be9",
    "description": "The successful contractor's performance on the contract will be regularly monitored in line with the tender documentation. 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 Notice of Unsatisfactory Performance and the contract may be terminated.. The issue of a Notice of Unsatisfactory Performance can 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. three years from the date of issue. The Authority expressly reserves the rights; not to award any contract as a result of the procurement. process commenced by publication of this notice; to make whatever changes it may see fit to the content and structure of the tendering. Competition; to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and to award contract(s) in stages and. in no circumstances will the Authority be liable for any costs incurred by candidates..",
    "initiationType": "tender",
    "tender": {
        "id": "5303017",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ID 5303017 DfI - Supply of Traffic Data Management System",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "The Department for Infrastructure (DfI) has a requirement for a Supplier to provide a Traffic Data Management System (TDMS) to receive, collate, present and store traffic count data. The initial contract period is 2 years following the implementation period and from the Go-Live date with five options to extend for any period up to, and including, 12 months each.",
        "value": {
            "amount": 403000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Department for Infrastructure (DfI) has a requirement for a Supplier to provide a Traffic Data Management System (TDMS) to receive, collate, present and store traffic count data. The initial contract period is 2 years following the implementation period and from the Go-Live date with five options to extend for any period up to, and including, 12 months each. Additional information: The figure indicated in Section II 1.5 represents an estimated contract value. This value reflectsthe potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optionalservices as detailed in the tender documents. This figure does not however take into account the application of indexation.. NeitherCPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does notbind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them orby any third party acting under instructions from the Economic Operator in connection with taking part in this procurement processregardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documentsby the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimateexpectation that a contract will be entered into until such time as entry into the Contract has been confirmed by the. ContractingAuthority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in thisnotice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all ofthem.",
                "value": {
                    "amount": 403000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "There are five options to extend for any period up to, and including, 12 months each."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "MR1 Compliance with the Specification in Full",
                            "type": "quality",
                            "description": "0"
                        },
                        {
                            "name": "AC1 Implementation Planning",
                            "type": "quality",
                            "description": "16.8"
                        },
                        {
                            "name": "AC2 Contract Management and Contingency",
                            "type": "quality",
                            "description": "16.8"
                        },
                        {
                            "name": "AC3 Support and Maintenance",
                            "type": "quality",
                            "description": "16.2"
                        },
                        {
                            "name": "AC4 Social Value",
                            "type": "quality",
                            "description": "10.2"
                        },
                        {
                            "name": "AC5 Total Contract Price",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72315000",
                        "description": "Data network management and support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72317000",
                        "description": "Data storage services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72510000",
                        "description": "Computer-related management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-04-29T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-07-28T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2024-04-29T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2024-04-29T15:30:00+01:00"
        },
        "hasRecurrence": true,
        "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-108852",
            "name": "The Department for Infrastructure",
            "identifier": {
                "legalName": "The Department for Infrastructure"
            },
            "address": {
                "streetAddress": "1b Airport Road",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9DY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "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-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"
            ]
        },
        {
            "id": "GB-FTS-119472",
            "name": "Drakewell Limited",
            "identifier": {
                "legalName": "Drakewell Limited"
            },
            "address": {
                "streetAddress": "Maylands Bryne Lane, Padbury",
                "locality": "BUCKINGHAM",
                "region": "UK",
                "postalCode": "MK18 2AL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1280827042",
                "email": "simon.farmer@drakewell.com",
                "faxNumber": "+44 1280822118"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-108852",
        "name": "The Department for Infrastructure"
    },
    "language": "en",
    "awards": [
        {
            "id": "023257-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-119472",
                    "name": "Drakewell Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "023257-2024-1-1",
            "awardID": "023257-2024-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 403000,
                "currency": "GBP"
            },
            "dateSigned": "2024-07-25T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 5
            }
        ]
    }
}