Ordnance Survey has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Capability and Capacity enhancment |
Notice type: | Contract Notice |
Authority: | Ordnance Survey |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Ordnance Survey wants to be able to obtain skilled staff from software/ product (UX) companies where these staff may work on Ordnance Survey premises. Any skilled staff supplied will be an employee of the software company. These staff may work in a number of different ways: • Within Ordnance Survey team, for as little as 1 week, up to a long period of engagement • On Ordnance Survey projects, but within their own companies, At all times under the two scenarios described above, work undertaken will be under the management and guidance of Ordnance Survey • The software company may also be commissioned to undertake a specific and defined piece of work. Under this scenario work undertaken will be under the management and guidance of the company who is awarded the business and will be undertaken on the suppliers’ premises. This tender is divided into 3 Lots: Lot 1 – Commercial user experience capability including but not necessarily limited to mobile and web arenas Lot 2- Commercial mobile development capability across the whole software development lifecycle including but not limited to design, development, testing and support Lot 3 – Commercial web development capability across the whole software development lifecycle including but not limited to design, development, testing and support Companies are invited to bid for each lot appropriate to their business . Each lot will be evaluated separately. It is anticipated that Ordnance Survey will award more than one contract for each lot, but no more than four contracts will be awarded per lot. On identification of new work successful suppliers will be contacted and work will be awarded according to the criteria which prevail at the time of identification. This is likely to be cost, availability, quality and/ or a combination of these criteria. Participants confirming that they are not a software/product house will be eliminated from the process |
Published: | 28/07/2014 16:10 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ordnance Survey
Explorer House, Adanac Drive, Nursling, Southampton, SO16 0AS, United Kingdom
Tel. +44 02380055802, Email: geraldine.ward@ordnancesurvey.co.uk
Contact: L1F4, Attn: Geraldine Ward
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Other: Government Executive Agency and Trading Fund
I.3) Main activity:
Other: National mapping authority of Great Britain
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Capability and Capacity enhancment
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Duration of the framework agreement:
Duration in year(s): 4
II.1.5)Short description of the contract or purchase:
IT services: consulting, software development, Internet and support. Ordnance Survey wants to be able to obtain skilled staff from software/ product (UX) companies where these staff may work on Ordnance Survey premises. Any skilled staff supplied will be an employee of the software company. These staff may work in a number of different ways:
• Within Ordnance Survey team, for as little as 1 week, up to a long period of engagement
• On Ordnance Survey projects, but within their own companies,
At all times under the two scenarios described above, work undertaken will be under the management and guidance of Ordnance Survey
• The software company may also be commissioned to undertake a specific and defined piece of work.
Under this scenario work undertaken will be under the management and guidance of the company who is awarded the business and will be undertaken on the suppliers’ premises.
This tender is divided into 3 Lots:
Lot 1 – Commercial user experience capability including but not necessarily limited to mobile and web arenas
Lot 2- Commercial mobile development capability across the whole software development lifecycle including but not limited to design, development, testing and support
Lot 3 – Commercial web development capability across the whole software development lifecycle including but not limited to design, development, testing and support
Companies are invited to bid for each lot appropriate to their business . Each lot will be evaluated separately.
It is anticipated that Ordnance Survey will award more than one contract for each lot, but no more than four contracts will be awarded per lot. On identification of new work successful suppliers will be contacted and work will be awarded according to the criteria which prevail at the time of identification. This is likely to be cost, availability, quality and/ or a combination of these criteria.
Participants confirming that they are not a software/product house will be eliminated from the process
II.1.6)Common Procurement Vocabulary:
72000000 - IT services: consulting, software development, Internet and support.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Lot No: 1
Title: User experience
1)Short Description:
– Commercial user experience capability including but not necessarily limited to mobile and web arenas.
2)Common Procurement Vocabulary:
72000000 - IT services: consulting, software development, Internet and support.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Commercial mobile development
1)Short Description:
Capability across the whole software development lifecycle including but not limited to design, development, testing and support.
2)Common Procurement Vocabulary:
72000000 - IT services: consulting, software development, Internet and support.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 3
Title: Commercial web development
1)Short Description:
Capability across the whole software development lifecycle including but not limited to design, development, testing and support.
2)Common Procurement Vocabulary:
72000000 - IT services: consulting, software development, Internet and support.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The PQQ document can be downloaded from the Ordnance Survey Procurement Portal:
http://os.g2b.info/cgi-gen/profile.pl?action=view_profile&oid=192#6
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Refer to the PQQ
Minimum Level(s) of standards possibly required:
Refer to the PQQ
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Refer to the PQQ
Minimum Level(s) of standards possibly required:
Refer to the PQQ
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Objective Criteria for choosing the limited number of candidates:
Refer to the PQQ
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 29/08/2014
Time: 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 16/09/2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=107562368
GO-2014728-PRO-5874339 TKR-2014728-PRO-5874338
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 28/07/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Southampton: IT services: consulting, software development, Internet and support.
I.1)Name, Addresses and Contact Point(s):
Ordnance Survey
Explorer House, Adanac Drive, Nursling, Southampton, SO16 0AS, United Kingdom
Tel. +44 02380055802, Email: geraldine.ward@ordnancesurvey.co.uk
Contact: L1F4, Attn: Geraldine Ward
I.2)Type of the contracting authority:
Other: Government Executive Agency and Trading Fund
I.3) Main activity:
Other: National Mapping Authority of Great Britain
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Capability and Capacity enhancment
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 27
Do you agree to the publication of this notice?: Yes
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
IT services: consulting, software development, Internet and support. Ordnance Survey wants to be able to obtain skilled staff from software/ product (UX) companies where these staff may work on Ordnance Survey premises. Any skilled staff supplied will be an employee of the software company. These staff may work in a number of different ways:•Within Ordnance Survey team, for as little as 1 week, up to a long period of engagement •On Ordnance Survey projects, but within their own companies, At all times under the two scenarios described above, work undertaken will be under the management and guidance of Ordnance Survey•The software company may also be commissioned to undertake a specific and defined piece of work. Under this scenario work undertaken will be under the management and guidance of the company who is awarded the business and will be undertaken on the suppliers’ premises.This tender is divided into 3 Lots:Lot 1 – Commercial user experience capability including but not necessarily limited to mobile and web arenasLot 2- Commercial mobile development capability across the whole software development lifecycle including but not limited to design, development, testing and support Lot 3 – Commercial web development capability across the whole software development lifecycle including but not limited to design, development, testing and supportCompanies are invited to bid for each lot appropriate to their business . Each lot will be evaluated separately. It is anticipated that Ordnance Survey will award more than one contract for each lot, but no more than four contracts will be awarded per lot. On identification of new work successful suppliers will be contacted and work will be awarded according to the criteria which prevail at the time of identification. This is likely to be cost, availability, quality and/ or a combination of these criteria. Participants confirming that they are not a software/product house will be eliminated from the process
II.1.5)Common procurement vocabulary:
72000000 - IT services: consulting, software development, Internet and support.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Quality - 65
Price - 35
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
Section V: Award Of Contract
1: Award And Contract Value
Contract No: SMT Proc 15/4A
Lot Number: 2
Title: Commercial mobile development
V.1)Date Of Contract Award: 18/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: SMT Software Services Limited
Postal address: 29 Kościuszki Street
Town: 50 011 Wrocław
Country: Poland
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 2,000,000
Currency: GBP
If annual or monthly value:
Number of years: 3
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
2: Award And Contract Value
Contract No: SFW Proc 15/3A
Lot Number: 2
Title: Commercial mobile development
V.1)Date Of Contract Award: 18/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: SFW Limited
Postal address: Southern House, Station Approach
Town: Woking
Postal code: GU22 7UY
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 2,000,000
Currency: GBP
If annual or monthly value:
Number of years: 3
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
3: Award And Contract Value
Contract No: IPL Proc 15/2
Lot Number: 2
Title: Commercial mobile development
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: IPL Information Processing Limited
Postal address: Eveleigh House, Grove Street
Town: BATH
Postal code: BA1 5LR
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 2,000,000
Currency: GBP
If annual or monthly value:
Number of years: 3
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
4: Award And Contract Value
Contract No: SMT Proc 15/4B
Lot Number: 3
Title: Commercial web development
V.1)Date Of Contract Award: 18/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: SMT Software Services Limited
Postal address: , 29 Kościuszki Street
Town: 50 011 Wrocław
Country: Poland
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 2,000,000
Currency: GBP
If annual or monthly value:
Number of years: 3
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
5: Award And Contract Value
Contract No: SFW Proc 15/3B
Lot Number: 3
Title: Commercial web development
V.1)Date Of Contract Award: 18/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: SFW Limited
Postal address: Southern House, Station Approach
Town: Woking
Postal code: GU22 7UY
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 2,000,000
Currency: GBP
If annual or monthly value:
Number of years: 3
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
6: Award And Contract Value
Contract No: WTG Proc 15/1
Lot Number: 3
Title: Commercial web development
V.1)Date Of Contract Award: 18/12/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: WTG Technologies Limited
Postal address: Fifth Floor, 76 Hammersmith Road
Town: LONDON
Postal code: W14 8UD
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 2,000,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.2)Additional Information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=125955991
GO-2015116-PRO-6295758 TKR-2015116-PRO-6295757
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 16/01/2015