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