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.

Contract Award Notice

ID 5424277 DoF LPS - Replacement of GNSS Network Processing Software

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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:
ocds-h6vhtk-04bd23
Published by:
Department of Finance
Authority ID:
AA55145
Publication date:
26 March 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Within Land and Property Services Ordnance Survey of Northern Ireland (OSNI) is the directorate responsible for mapping Northern Ireland. Within OSNI the Geodetic Survey and Development team are responsible for maintaining and developing the Geodetic infrastructure and survey control frameworks which are essential for the accuracy of any survey work carried out in Northern Ireland by both public and private sector, including all mapping products created and maintained by OSNI. To support the surveying operations within Land and Property Services and the use of GNSS within Northern Ireland, Ordnance Survey maintains a network of continuously operating GNSS reference stations. OSNI now wish to establish a contract with a single supplier to purchase GNSS network processing software that is fit for purpose, user friendly, capable of receiving all current and proposed GNSS signals, future proof and be compatible with current and future LPS systems.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Department of Finance

7 Lanyon Place

BELFAST

BT1 3LP

UK

E-mail: SSDAdmin.CPD@finance-ni.gov.uk

NUTS: UKN

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ID 5424277 DoF LPS - Replacement of GNSS Network Processing Software

Reference number: ID 5424277

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Within Land and Property Services Ordnance Survey of Northern Ireland (OSNI) is the directorate responsible for mapping Northern Ireland. Within OSNI the Geodetic Survey and Development team are responsible for maintaining and developing the Geodetic infrastructure and survey control frameworks which are essential for the accuracy of any survey work carried out in Northern Ireland by both public and private sector, including all mapping products created and maintained by OSNI. To support the surveying operations within Land and Property Services and the use of GNSS within Northern Ireland, Ordnance Survey maintains a network of continuously operating GNSS reference stations. OSNI now wish to establish a contract with a single supplier to purchase GNSS network processing software that is fit for purpose, user friendly, capable of receiving all current and proposed GNSS signals, future proof and be compatible with current and future LPS systems.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 203 608.54  GBP

II.2) Description

II.2.2) Additional CPV code(s)

48000000

48517000

48326000

48326100

38112100

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Within Land and Property Services Ordnance Survey of Northern Ireland (OSNI) is the directorate responsible for mapping Northern Ireland. Within OSNI the Geodetic Survey and Development team are responsible for maintaining and developing the Geodetic infrastructure and survey control frameworks which are essential for the accuracy of any survey work carried out in Northern Ireland by both public and private sector, including all mapping products created and maintained by OSNI. To support the surveying operations within Land and Property Services and the use of GNSS within Northern Ireland, Ordnance Survey maintains a network of continuously operating GNSS reference stations. OSNI now wish to establish a contract with a single supplier to purchase GNSS network processing software that is fit for purpose, user friendly, capable of receiving all current and proposed GNSS signals, future proof and be compatible with current and future LPS systems.

II.2.5) Award criteria

Quality criterion: AC1 Methodology and Implementation Plan / Weighting: 14.8

Quality criterion: AC2 Contract Management and Business Continuity / Weighting: 5.2

Quality criterion: AC3 Training Requirements / Weighting: 10

Quality criterion: AC4 Social Value / Weighting: 10

Cost criterion: AC5 Total Contract Price / Weighting: 60

II.2.11) Information about options

Options: Yes

Description of options:

There is one option to extend the contract for a period of three years with a further option to extend for a period of two years.

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.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-037465

Section V: Award of contract

Contract No: 1

Title: Contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

27/02/2025

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Geo++ Gesellschaft für satellitengestützte geodätische und navigatorische Technologien mbH

Steinriede 8

Garbsen

30827

DE

Telephone: +49 513146890

E-mail: sales@geopp.de

Fax: +49 5131468999

NUTS: DE

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 203 608.54  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

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.

VI.4) Procedures for review

VI.4.1) Review body

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.

Belfast

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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.

VI.5) Date of dispatch of this notice

27/02/2025

Coding

Commodity categories

ID Title Parent category
48326100 Digital mapping system Mapping software package
38112100 Global navigation and positioning systems (GPS or equivalent) Sextants
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48517000 IT software package Communication software package
48326000 Mapping software package Drawing and imaging software package
48000000 Software package and information systems Computer and Related Services

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:
SSDAdmin.CPD@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.