Ordnance Survey: Technology Platform and Production Development Framework

  Ordnance Survey has published this notice through Delta eSourcing

Notice Summary
Title: Technology Platform and Production Development Framework
Notice type: Contract Notice
Authority: Ordnance Survey
Nature of contract: Services
Procedure: Open
Short Description: Requirement is divided into 4 Lots: Lot 1 - Big Data Platform - The requirements is for suppliers who have experience in all Microsoft Cloud technologies and applicable big data technologies that can operate successfully in Azure. Lot 2 – Geo-Production - The requirements is for suppliers with specific experience in Geo-production software such as full suite of Esri, FME, Microsoft Azure, Oracle, 1Spatial software products to support a flexible data model and architecture and workflow. Lot 3 – Data as a Service - The requirements is for suppliers with the relevant experience and skills in developing users ability to access and view data via online portals, using API’s as a means to delivering data and providing users with a choice of download formats. Lot 4 – Common Platform Development - The requirements is for suppliers with experience of the development of automated scripts/processes for provisioning, securing, monitoring, scaling and down-sizing environments.
Published: 03/07/2018 10:24

View Full Notice

UK-Southampton: Information technology services.
Section I: Contracting Authority
      I.1) Name and addresses
             Ordnance Survey Limited
             Explorer House, Adanac Drive, Southampton, SO16 0AS, United Kingdom
             Tel. +44 2380055919, Email: andy.squire@os.uk
             Contact: Andrew Squire
             Main Address: www.os.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Other type:: National Mapping Agency
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Technology Platform and Production Development Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      72222300 - Information technology services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Requirement is divided into 4 Lots:

Lot 1 - Big Data Platform - The requirements is for suppliers who have experience in all Microsoft Cloud technologies and applicable big data technologies that can operate successfully in Azure.
Lot 2 – Geo-Production - The requirements is for suppliers with specific experience in Geo-production software such as full suite of Esri, FME, Microsoft Azure, Oracle, 1Spatial software products to support a flexible data model and architecture and workflow.
Lot 3 – Data as a Service - The requirements is for suppliers with the relevant experience and skills in developing users ability to access and view data via online portals, using API’s as a means to delivering data and providing users with a choice of download formats.
Lot 4 – Common Platform Development - The requirements is for suppliers with experience of the development of automated scripts/processes for provisioning, securing, monitoring, scaling and down-sizing environments.       
      II.1.5) Estimated total value:
      Value excluding VAT: 6,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Big Data Platform       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      72222300 - Information technology services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 1 - Big Data Platform - The requirements is for suppliers who have experience in all Microsoft Cloud technologies and applicable big data technologies that can operate successfully in Azure.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Case Study / Weighting: 200
            Quality criterion - Name: Resource Capacity / Weighting: 200
            Quality criterion - Name: Technical Risks / Weighting: 200
                        
            Cost criterion - Name: Criterion 1 / Weighting: 600
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Geo-production       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      72212610 - Database software development services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 2 – Geo-Production - The requirements is for suppliers with specific experience in Geo-production software such as full suite of Esri, FME, Microsoft Azure, Oracle, 1Spatial software products to support a flexible data model and architecture and workflow.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Data as a Service       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      72310000 - Data-processing services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 3 – Data as a Service - The requirements is for suppliers with the relevant experience and skills in developing users ability to access and view data via online portals, using API’s as a means to delivering data and providing users with a choice of download formats.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Case Study / Weighting: 200
            Quality criterion - Name: Case Study / Weighting: 200
            Quality criterion - Name: Case Study / Weighting: 200
                        
            Cost criterion - Name: Criterion 1 / Weighting: 600
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Common Platform Development       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      72212100 - Industry specific software development services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 4 – Common Platform Development - The requirements is for suppliers with experience of the development of automated scripts/processes for provisioning, securing, monitoring, scaling and down-sizing environments.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Case Study / Weighting: 200
            Quality criterion - Name: Resource Capacity / Weighting: 200
            Quality criterion - Name: Technical Risks / Weighting: 200
                        
            Price - Weighting: 10
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open Acclerated   
      Justification for the choice of accelerated procedure: Electronic   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 8           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 01/08/2018 Time: 14:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 02/08/2018
         Time: 09:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used No       
   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=328065606
   VI.4) Procedures for review
   VI.4.1) Review body:
             Ordnance Survey
       Explorer House, Adanac Drive, Southampton, SO16 0AS, United Kingdom
       Tel. +44 2380055919, Email: andy.squire@os.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 03/07/2018

Annex A


View any Notice Addenda

View Award Notice