Tender

ID 5424277 DoF LPS - Replacement of GNSS Network Processing Software

  • Department of Finance

F02: Contract notice

Notice identifier: 2024/S 000-037465

Procurement identifier (OCID): ocds-h6vhtk-04bd23

Published 20 November 2024, 10:11am



Section one: Contracting authority

one.1) Name and addresses

Department of Finance

Land Property Services Lanyon Plaza 7 Lanyon Place Town Parks

BELFAST

BT1 3LP

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region 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 5424277 DoF LPS - Replacement of GNSS Network Processing Software

Reference number

ID 5424277

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

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.

two.1.5) Estimated total value

Value excluding VAT: £178,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48517000 - IT software package
  • 48326000 - Mapping software package
  • 48326100 - Digital mapping system
  • 38112100 - Global navigation and positioning systems (GPS or equivalent)

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.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.

two.2.5) Award criteria

Quality criterion - Name: AC1 Methodology and Implementation Plan / Weighting: 14.8

Quality criterion - Name: AC2 Contract Management and Business Continuity / Weighting: 5.2

Quality criterion - Name: AC3 Training Requirements / Weighting: 10

Quality criterion - Name: AC4 Social Value / Weighting: 10

Cost criterion - Name: AC5 Total Contract Price / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £178,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

This contract is an ongoing requirement for the Land and Property Services and may be subject to renewal after the current contract expires.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Following the initial five years there is one option to extend the contract fir a further three years and a second option to extend for another two years.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.


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

20 December 2024

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: 20 March 2025

four.2.7) Conditions for opening of tenders

Date

20 December 2024

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be. regularly monitored. 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 your performance does not improve to satisfactory levels within the. specified period, this can be considered grounds for termination of the contract at your. expense as provided for in the Mid-Tier Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt. of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in. accordance with The Public Contracts Regulations 2015 (as amended) be excluded from. future public. procurement competitions for a period of up to three years. 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. 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 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. Postal address

Belfast

Country

United Kingdom