Supply of Ordnance Survey OS Master Map Topography Layer Mapping License
Supply of Ordnance Survey mastermap topography layer, address base premium (including service which allows AW to self serve address base premium nationally on demand).
United Kingdom-Peterborough: Ordnance surveying
2019/S 213-524374
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
Town: Peterborough
NUTS code: UKH11
Country: United Kingdom
Contact person: Chris Massingham
E-mail: cmassingham@anglianwater.co.uk
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Supply of Ordnance Survey ‘OS Master Map Topography Layer‘ Mapping (License) and Associated Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The scope of the proposed agreement is the supply of ordnance survey (OS), mastermap topography layer, address base premium (including service which allows AW to self serve Address base premium nationally on demand), mastermap ITN, 1:25 k colour raster, 1:50 k colour raster, 1:250 k colour raster, miniscale colour raster, codepoint with polygons and terrain 5 datasets. Regular data updates are to be in line with the epoch releases from OS to cover Anglian Water Services operational boundary and additional areas which are defined within the tender.
It is Anglian Waters intention to award a framework agreement to 1 supplier for a maximum of 8 years. The initial term will be 4 years.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Anglian Water region.
II.2.4)Description of the procurement:
The scope of the proposed agreement is the supply of ordnance survey (OS), mastermap topography layer, address base premium (including service which allows AW to self serve address base premium nationally on demand), mastermap ITN, 1:25 k colour raster, 1:50 k colour raster, 1:250 k colour raster, miniscale colour raster, codepoint with polygons and terrain 5 datasets. Regular data updates are to be in line with the epoch releases from OS to cover Anglian Water Services operational boundary and additional areas which are defined within the tender. Full details are located in scanmarket.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Anglian Waters intention is to award a framework agreement to 1 supplier for up to a maximum of 8 years. The framework will consist of an initial 4 year fixed term with the option to extend for a further 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to the tender documentation.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents.
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents.
III.1.4)Objective rules and criteria for participation
Please refer to the tender documentation.
III.1.6)Deposits and guarantees required:
Please refer to the tender documentation.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to the tender documentation.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to the tender documentation.
III.2.2)Contract performance conditions:
Please refer to the tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Town: Peterborough
Country: United Kingdom
VI.5)Date of dispatch of this notice: