Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
ID 3204582 — DoF Spatial Intelligence Solution
Reference number: 3204582
II.1.2)Main CPV code72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contractServices
II.1.4)Short description:
LPS requires a contract for a web-based GIS Spatial Intelligence Solution. The new solution will record changes that are required to keep LPS Ordnance Survey mapping as up to date and current as possible and will enable notifications for map updates to be created and efficiently allocated to work groups and individuals. It will seek to provide a single view of any real world change requirements across the major LPS systems. It will also support monitoring and reporting on pending and completed notifications.
II.1.5)Estimated total valueValue excluding VAT: 2 870 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72200000 Software programming and consultancy services
72210000 Programming services of packaged software products
72260000 Software-related services
72500000 Computer-related services
II.2.3)Place of performanceNUTS code: UKN0 Northern Ireland
II.2.4)Description of the procurement:
LPS requires a contract for a web-based GIS Spatial Intelligence Solution. The new solution will record changes that are required to keep LPS Ordnance Survey mapping as up to date and current as possible and will enable notifications for map updates to be created and efficiently allocated to work groups and individuals. It will seek to provide a single view of any real world change requirements across the major LPS systems. It will also support monitoring and reporting on pending and completed notifications.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Award criteria / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 2 870 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 120
This contract is subject to renewal: yes
Description of renewals:
This contract will be potentially be due to be re-procured after 6-10 years.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
After the initial contract period of 6 years there are two optional extension of up to 2 years each.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 18/12/2020
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 18/03/2021
IV.2.7)Conditions for opening of tendersDate: 18/12/2020
Local time: 15:30
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
The successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 — Contract Management — Procedures and Principles). 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 this contract may be terminated. A central register of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the date of issue of the notice. It may also 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. The authority expressly reserves the rights:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice;
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;
(iii) to award (a) contract(s) in respect of any part(s) of the (services) covered by this notice; and
(iv) to award contract(s) in stages and in no circumstances will the authority be liable for any costs incurred by candidates.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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
Town: United Kingdom
Country: United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:16/11/2020