Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Modification

MOD 17/17-DAERA — Provision of ICT Services.

  • First published: 24 June 2017
  • Last modified: 24 June 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Department of Agriculture and Rural Development
Authority ID:
AA20969
Publication date:
24 June 2017
Deadline date:
-
Notice type:
Modification
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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).

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72241000 Critical design target specification services Systems analysis and programming services
72212983 Development software development services Programming services of application software
72228000 Hardware integration consultancy services Systems and technical consultancy services
72223000 Information technology requirements review services Systems and technical consultancy services
72222300 Information technology services Information systems or technology strategic review and planning services
72243000 Programming services Systems analysis and programming services
72224000 Project management consultancy services Systems and technical consultancy services
72265000 Software configuration services Software-related services
72266000 Software consultancy services Software-related services
72262000 Software development services Software-related services
72263000 Software implementation services Software-related services
72227000 Software integration consultancy services Systems and technical consultancy services
72254000 Software testing System and support services
72260000 Software-related services Software programming and consultancy services
72224100 System implementation planning services Project management consultancy services
72224200 System quality assurance planning services Project management consultancy services
72240000 Systems analysis and programming services Software programming and consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services
72254100 Systems testing services Software testing

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
martine.henry@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.