Supply Spatial Intelligence System
Department of Finance and Personnel, Land and Property Services are seeking, as part of their ongoing integration and transformation, to replace its current Mapping Workflow Management System (STAR) and Valuation MapQuery GIS with a newly procured GIS based Spatial Intelligence System.
United Kingdom-Belfast: Software package and information systems
2014/S 069-118839
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Department of Finance and Personnel Northern Ireland
Central Procurement Directorate, 303 Airport Road West
For the attention of: Angela Calderwood
BT3 9ED Belfast
UNITED KINGDOM
E-mail: angela.calderwood@dfpni.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Department of Finance and Personnel Northern Ireland
Land & Property Services, Colby House, Stranmillis Court
BT9 5BJ Belfast
UNITED KINGDOM
Section II: Object of the contract
Service category No 7: Computer and related services
NUTS code UK
Please Note: All prospective Tenderers are invited to attend an Information Session prior to the submission of tenders. See Section 11.2.1 Total Quantity or Scope.
48000000, 72212517, 48000000, 72267100, 48326000, 72212326, 48900000, 38221000
The Information Session will take place on Tuesday 15.4.2014 from 10.30 am to approximately 1:00 pm at –
Department of Finance & Personnel
Land & Property Services
Colby House
Stranmillis Court
Malone Lower
Belfast
BT9 5BJ
If you are interested in attending the Information Session please send a message via eSourcingNI with the names of proposed attendees. Please note that numbers have been limited to a maximum of two attendees per organisation.
The cost associated with the tenderer travelling to the location, and any associated lodging costs, must be borne by the tenderer.
Department of Finance & Personnel, Land & Property Services (LPS) require a GIS based Spatial Intelligence System. The system will record changes that are required to the LPS Ordnance Survey mapping, and will enable notifications for map updates to be created and efficiently allocated to work groups and individuals, It will also support monitoring and reporting on pending and completed notifications.
Change intelligence will be submitted to the system by a range of internal & external users and may be manually input through web services.
The system will be web based and allow users across the organisation to create notifications and work packages based on submitted information or longer term strategic planning assumptions.
LPS Mapping currently have a planning system in place. This new system will replace and improve the existing functionality. The system will be implemented within the Northern Ireland Civil Service (NICS) IT Shared Service environment and will be required to comply with NICS security regulations.
The primary function of this contract is to maintain the continuity of the business functions already carried out however the contract should allow for the adoption of future enhancements.
It is expected that viewing and input rights to the solution will be made available to the majority of LPS staff –
— Currently 1,138 staff employed of which 1,000 potentially may require view access. User specific roles include:
— The ability to create and amend the spatial intelligence is likely to be limited to approx 100 staff across Mapping.
— 200 Valuation staff will require the GIS functionality detailed in this document and the ability to query the Valuation, mapping, and workflow data displayed in the system.
— An undetermined number of external organisations and groups will require web service to submit individual and bulk notifications.
The delivery of the solution must be in a single phase, which will follow system testing and verification. Support and maintenance requirements are detailed later within the specification document.
The contract will be for an initial period of 5 years with the potential to extend for 2 further periods of one year each (maximum 7 years), depending on business needs and satisfactory performance.
Estimated value excluding VAT: 472 000 GBP
Section III: Legal, economic, financial and technical information
Minimum level(s) of standards possibly required: As per Tender documentation.
Company & Professional Experience (Pass/Fail) as specified within the Instructions to Tenders within the Tender documentation.
Section IV: Procedure
Payable documents: no
Place: Central Procurement Directorate
Clare House, 303 Airport Road West
For the attention of: Supplies & Services Division
BT3 9ED Belfast
UNITED KINGDOM
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Central Procurement Directorate (CPD) operate an e-tendering system. Tenderers will be opened after the tender closing time and date by CPD personnel.
Section VI: Complementary information
Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register – Accept the terms and conditions and click ‘continue’ – Enter your correct business and user details – Note the username you chose and click ‘Save’ when complete – You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender – Login to the portal with the username/password – Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) – Click on the relevant PQQ/ ITT to access the content. – Click the ‘Express Interest’ button at the top of the page. – This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box 3. Responding to the tender – Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) – You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification – Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT – There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
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 Central Procurement Directorate 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will 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 for a period of twelve months from the date of issue of the certificate.
**Supplier Information Session**All prospective Tenderers are invited to attend an Information Session prior to the submission of tenders.
The Information Session will take place on Tuesday 15.4.2014 from 10.30 am to approximately 1:00 m at –
Department of Finance & Personnel
Land & Property Services
Colby House
Stranmillis Court
Malone Lower
Belfast
BT9 5BJ
If you are interested in attending the Information Session please send a message via eSourcingNI with the names of proposed attendees. Please note that numbers have been limited to a maximum of two attendees per organisation.
The cost associated with the tenderer travelling to the location, and any associated lodging costs, must be borne by the tenderer.
The Conditions of Contract contains a Social Clause which requires the successful Contractor to put processes in place, to provide, either directly or through its supply chain, a minimum of 8 Person Weeks of work placement for each £250,00 of contract value. This will be provided through an appropriate Northern Ireland Department for Employment and Learning (DEL) approved scheme in Northern Ireland, or through an equivalent scheme that is acceptable to the Contracting Authority if the Contractor is operating elsewhere in the UK or in another EU Member State.
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Central Procurement Directorate
303 Airport Road West
BT3 9ED Belfast
E-mail: procure.info@dfpni.gov.uk
Telephone: +49 2890816200