Modification notice
Modification of a contract/concession during its term
Section I: Contracting
authority
I.1) Name and addresses
Department of Agriculture and Rural Development
c/o 303 Airport Road West
Belfast
BT3 9ED
UK
E-mail: martine.henry@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
MOD 17/17-DAERA — Provision of ICT Services.
Reference number: MOD 17/17- Project 5865
II.1.2) Main CPV code
72222300
II.1.3) Type of contract
Services
II.2) Description
II.2.2) Additional CPV code(s)
72227000
72212983
72254000
72240000
72254100
72263000
72262000
72228000
72265000
72243000
72224000
72224100
72266000
72241000
72223000
72224200
72220000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The next critical milestones involve the development of: — Enhanced capability for the EU Environmental Farming Scheme (EFS) ; — Refinement of the key controls to the claims process; — Advance payments for October 2017; — Processing 95 of Basic Payment Scheme payments to farmers by December 2017; and — Assisting IT delivery of an EU mandated 50 percent uptake target for DAERA's Geo-spatial Aid Application (GSAA).
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 6
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2011/S 200-326157
Section V: Award of contract/concession
Contract No: Mod 17/17
Title: MOD 17/17-DAERA — Provision of ICT Services-Project 5865
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
06/01/2012
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor/concessionaire
Neueda Consulting Ltd
20c Weavers Court
Belfast
BT12 5GH
UK
NUTS: UKN
The contractor/concessionaire is an SME:
No
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot:
/concession: 14 550 000.00
GBP
Section VI: Complementary information
VI.3) Additional information
A transparency notice to alert economic operators of its plan to modify this contract in accordance with Regulation 72(1)(b) of the Public Contracts Regulations 2015 was published in March 2017. The scope of this contract remains true to the original procurement and the services required are as specified. The modification of the contract is the final permissible up to a ceiling of 2 400 000 GBP if budgets allow.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
UK
VI.4.2) Body responsible for mediation procedures
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4) Service from which information about the review procedure may be obtained
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
UK
VI.5) Date of dispatch of this notice
21/06/2017
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
72222300
VII.1.2) Additional CPV code(s)
72212983
72227000
72254000
72260000
72240000
72254100
72263000
72262000
72228000
72265000
72243000
72224000
72224100
72266000
72241000
72223000
72224200
72220000
VII.1.3) Place of performance
NUTS code:
UKN
VII.1.4) Description of the procurement
The next critical milestones involve the development of: enhanced capability for the EU Environmental Farming Scheme (EFS) refinement of the key controls to the claims process;. Advance payments for October 2017; Processing 95 of Basic Payment Scheme payments to farmers by December 2017; And assisting IT delivery of an EU mandated 50 percent uptake target for DAERA's Geo-Spatial Aid Application (GSAA). This is coupled with increasingly complicated requirements for new services. Additionally the Department needs to integrate the Northern Ireland Food and Animal Information System (NIFAIS) and the Environmental Marine Fisheries Group (EMFG) systems 70 into the enterprise DAERA environment. Many of these systems will require significant upgrading. Extend the provision of current ICT services support for continuity of services and sufficient technical handover to reduce the risk of disruption and delivery failure in the first phase of the new ICT support contract.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 6
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 14 550 000.00 GBP
The contract/concession has been awarded to a group of economic operators:
No
VII.1.7) Name and address of the contractor/concessionaire
Neueda Consulting Ltd
20c Weavers Court
Belfast
BT12 5GH
UK
NUTS: UKN
The contractor/concessionaire is an SME:
No
VII.2) Information about modifications
VII.2.1) Description of the modifications
Central Procurement Directorate on. behalf of DAERA has modified a contract in accordance with Regulation 72(1)(b) of the Public Contracts Regulations 2015. The scope of this contract remains true to the original procurement and the services required are as specified. The Modification is the final permissible up to a ceiling of 2 400 000 GBP if budgets allow.
VII.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
The regulations allow for a contract to be modified without a new procurement procedure under the following circumstances which are relevant to the DAERA requirement; for additional works, services or supplies by the original contractor that have become necessary and were not included in the initial procurement, where a change of contractor— (I) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, and (ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority provided that any increase in price does not exceed 50 per cent of the value of the original contract;
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 12 150 000.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 14 550 000.00 Currency: GBP