Royaume-Uni-Belfast: Services de technologies de l'information, conseil, développement de logiciels, internet et appui
2020/S 227-560566
Base juridique:
Directive 2014/24/UE
Section I: Pouvoir adjudicateur
I.3)CommunicationAdresse à laquelle des informations complémentaires peuvent être obtenues: le ou les point(s) de contact susmentionné(s)
I.4)Type de pouvoir adjudicateurOrganisme de droit public
I.5)Activité principaleServices généraux des administrations publiques
Section II: Objet
II.1)Étendue du marché
II.1.1)Intitulé:
ID 3204582 — DoF Spatial Intelligence Solution
Numéro de référence: 3204582
II.1.2)Code CPV principal72000000 Services de technologies de l'information, conseil, développement de logiciels, internet et appui
II.1.3)Type de marchéServices
II.1.4)Description succincte:
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)Valeur totale estiméeValeur hors TVA: 2 870 000.00 GBP
II.1.6)Information sur les lotsCe marché est divisé en lots: non
II.2)Description
II.2.2)Code(s) CPV additionnel(s)72200000 Services de programmation et de conseil en logiciels
72210000 Services de programmation de progiciels
72260000 Services relatifs aux logiciels
72500000 Services informatiques
II.2.3)Lieu d'exécutionCode NUTS: UKN0 Northern Ireland
II.2.4)Description des prestations:
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)Critères d’attributionCritères énoncés ci-dessous
Critère de qualité - Nom: Award criteria / Pondération: 60
Prix - Pondération: 40
II.2.6)Valeur estiméeValeur hors TVA: 2 870 000.00 GBP
II.2.7)Durée du marché, de l'accord-cadre ou du système d'acquisition dynamiqueDurée en mois: 120
Ce marché peut faire l'objet d'une reconduction: oui
Description des modalités ou du calendrier des reconductions:
This contract will be potentially be due to be re-procured after 6-10 years.
II.2.10)VariantesDes variantes seront prises en considération: non
II.2.11)Information sur les optionsOptions: oui
Description des options:
After the initial contract period of 6 years there are two optional extension of up to 2 years each.
II.2.13)Information sur les fonds de l'Union européenneLe contrat s'inscrit dans un projet/programme financé par des fonds de l'Union européenne: non
II.2.14)Informations complémentaires
Section IV: Procédure
IV.1)Description
IV.1.1)Type de procédureProcédure ouverte
IV.1.3)Information sur l'accord-cadre ou le système d'acquisition dynamique
IV.1.8)Information concernant l’accord sur les marchés publics (AMP)Le marché est couvert par l'accord sur les marchés publics: oui
IV.2)Renseignements d'ordre administratif
IV.2.2)Date limite de réception des offres ou des demandes de participationDate: 18/12/2020
Heure locale: 15:00
IV.2.3)Date d’envoi estimée des invitations à soumissionner ou à participer aux candidats sélectionnés
IV.2.4)Langue(s) pouvant être utilisée(s) dans l'offre ou la demande de participation:anglais
IV.2.6)Délai minimal pendant lequel le soumissionnaire est tenu de maintenir son offreL'offre doit être valable jusqu'au: 18/03/2021
IV.2.7)Modalités d’ouverture des offresDate: 18/12/2020
Heure locale: 15:30
Section VI: Renseignements complémentaires
VI.1)RenouvellementIl s'agit d'un marché renouvelable: non
VI.3)Informations complémentaires:
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)Procédures de recours
VI.4.1)Instance chargée des procédures de recoursNom officiel: 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
Ville: United Kingdom
Pays: Royaume-Uni
VI.4.3)Introduction de recoursPrécisions concernant les délais d'introduction de recours:
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 d’envoi du présent avis:16/11/2020