Tender

ID 5989013 - DOF - LPS- The provision of a Feature Manipulation Engine (FME) Enterprise License Agreement

  • Department of Finance

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-083745

Procurement identifier (OCID): ocds-h6vhtk-05f7a3

Published 17 December 2025, 11:40am



Scope

Reference

ID 5989013

Description

Land and Property Services LPS wish to procure Feature Manipulation Engine FME licensing which allows scalability to meet changing business needs and provides a Feature Manipulation Engine FME Enterprise License type Agreement ELA to support the use of FME Server and Desktop. The contract will commence of the 1st April 2026 for an initial period of 4 years until 31st March 2030 with 2 optional extension periods of 2 years each.

The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps

Total value (estimated)

  • £584,000 excluding VAT
  • £700,800 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2030
  • Possible extension to 31 March 2034
  • 8 years

Description of possible extension:

2 optional extension periods of 2 years each.

Options

The right to additional purchases while the contract is valid.

The Supplier must provide additional licences if and when required by the buyer throughout the full Contract Period.

Main procurement category

Services

CPV classifications

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72212326 - Mapping software development services
  • 48000000 - Software package and information systems
  • 48218000 - License management software package
  • 48326000 - Mapping software package

Contract locations

  • UKN - Northern Ireland

Participation

Technical ability conditions of participation

As per Tender Documentation.


Submission

Enquiry deadline

9 January 2026, 3:00pm

Tender submission deadline

20 January 2026, 3:00pm

Submission address and any special instructions

Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below.

Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer.

The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

13 February 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 December 2033


Award criteria

This table displays the award criteria of the lot
Name Description Type
AC1 - Service Delivery and Contract Management

AC1 - Service Delivery and Contract Management weighting = 10 percent as per Tender Documentation

Quality
AC2 - Social Value

AC2 - Social Value weighting = 10 percent per Tender Documentation

Quality
AC3 - Cost

AC3 - Cost weighting = 80 percent per Tender Documentation

Cost

Weighting description

20 percent quality and 80 percent cost.


Other information

Payment terms

For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/ar ticles/account-ni-good-invoicing-practice Contract Value

The estimated value figure indicated in the Scope Section represents an overall 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 contracting 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. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier 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 a Supplier 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.

Description of risks to contract performance

The Contracting Authority has identified the following risks as risks that satisfy the criteria of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could jeopardise the satisfactory performance of the contract but, because of its/their nature, cannot be addressed in the contract as awarded:

1. Embedding software appropriately across all business areas of LPS to meet business objectives.

2. Additional Service Days may be required to allow for continuous improvement and also to cover unknown risks that may arise throughout the contract period. These additional service days may be used to cover the following as a minimum;

• Support to apply patches and upgrades

• Support in migrating workbenches between versions

• Training

• Development of Workbenches

• Workbench interoperability between 32-Bit and 64-Bit

• Support publishing to FME Server

• Support regarding Software updates

The Pricing Schedule includes an area for Suppliers to insert their daily rate for the provision of additional services.

The Contracting Authority has concluded that there is a possibility that the contract may have to be modified as a result of a materialisation of the known risk/s at a later date in accordance with Schedule 8 paragraph 5 of the Procurement Act 2023.

Exclusions

If at any time during the procurement, or post award, it comes to the attention of the Contracting Authority (CA) or CPD, by whatever means, that a Supplier has become ‘excluded’ or ‘excludable’ as per Sec 57 of the PA 2023, the CA, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded.

The Contracting 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.

This project will be used to progress the Government’s wider social, economic and environmental objectives.

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Department of Finance

  • Public Procurement Organisation Number: PVTL-7513-YWVJ

303 Airport Road West

Belfast

BT39ED

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

CPD - Supplies & Services Division

Summary of their role in this procurement: Construction and Procurement Delivery - Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland

  • Public Procurement Organisation Number: PVWG-8426-YWXV

303 Airport Road West

Belfast

BT39ED

United Kingdom

Region: UKN06 - Belfast


Contact organisation

Contact CPD - Supplies & Services Division for any enquiries.