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
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