Tender

ID 3519924 DoF - Spatial NI Managed Service

  • Ordnance Survey of Northern Ireland - Land and Property Services

F02: Contract notice

Notice identifier: 2021/S 000-020788

Procurement identifier (OCID): ocds-h6vhtk-02d8a3

Published 24 August 2021, 11:05am



Section one: Contracting authority

one.1) Name and addresses

Ordnance Survey of Northern Ireland - Land and Property Services

Lanyon Plaza, 7 Lanyon Place

BELFAST

BT1 3LP

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 3519924 DoF - Spatial NI Managed Service

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

Spatial NI managed service contract expires on 10th October 2021. Therefore a new contract is required to be operational from 11 October 2021 for support and maintenance of the Spatial NI system. This tender exercise aims to provide continued managed service cover until the expiry of the NICS GI support contract on 19th October 2024. The scope of this project is to successfully continue the provision of an Ordnance Survey of Northern Ireland (OSNI) web services platform from Land and Property Services (LPS) Ordnance Survey with associated business and process change, which will serve the organisation’s business needs for of the next 3 years from 11th October 2021 and provide continuity of delivery of Northern Ireland Mapping Agreement and Local Government Mapping Agreement. The Spatial NI system is built with ESRI ArcGIS Enterprise which LPS uses to provide web mapping services to NIMA customers. The solution is hosted on the Northern Ireland Civil Service cloud infrastructure and managed by IT Assist. The managed service contract will be focused on management and support of the software provided by the incumbent supplier. Please see document entitled “ID 3519224 for full details of the requirement”.

two.1.5) Estimated total value

Value excluding VAT: £137,500

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72600000 - Computer support and consultancy services
  • 72610000 - Computer support services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Spatial NI managed service contract expires on 10th October 2021. Therefore a new contract is required to be operational from 11 October 2021 for support and maintenance of the Spatial NI system. This tender exercise aims to provide continued managed service cover until the expiry of the NICS GI support contract on 19th October 2024. The scope of this project is to successfully continue the provision of an Ordnance Survey of Northern Ireland (OSNI) web services platform from Land and Property Services (LPS) Ordnance Survey with associated business and process change, which will serve the organisation’s business needs for of the next 3 years from 11th October 2021 and provide continuity of delivery of Northern Ireland Mapping Agreement and Local Government Mapping Agreement. The Spatial NI system is built with ESRI ArcGIS Enterprise which LPS uses to provide web mapping services to NIMA customers. The solution is hosted on the Northern Ireland Civil Service cloud infrastructure and managed by IT Assist. The managed service contract will be focused on management and support of the software provided by the incumbent supplier. Please see document entitled “ID 3519224 for full details of the requirement”.

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £137,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 September 2021

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 23 December 2021

four.2.7) Conditions for opening of tenders

Date

24 September 2021

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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.

six.4) Procedures for review

six.4.1) Review body

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.

United Kingdom

Country

United Kingdom