SES Water: GIS software and licence provision

  SES Water is using Delta eSourcing to run this tender exercise

Notice Summary
Title: GIS software and licence provision
Notice type: Contract Notice - Utilities
Authority: SES Water
Nature of contract: Supplies
Procedure: Restricted
Short Description: This procurement exercise is for the selection of the GIS software for use by field /job management/ planning teams only. This does NOT include implementation at this stage.
Published: 05/06/2024 09:04
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Redhill: Geographic information systems (GIS or equivalent).
Section I: Contracting Authority
      I.1) Name and addresses
             SES Water plc
             London Road, 64-68 London Road, Redhill, RH1 1LG, United Kingdom
             Tel. +44 7900719180, Email: tenders@seswater.co.uk
             Main Address: www.seswater.co.uk
             NUTS Code: UKJ2
      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
      Access to the procurement documents is restricted. Further information can be obtained at: www.delta-sourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-sourcing.com 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.6) Main activity:
            Water

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: GIS software and licence provision       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      38221000 - Geographic information systems (GIS or equivalent).

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: This procurement exercise is for the selection of the GIS software for use by field /job management/ planning teams only. This does NOT include implementation at this stage.       
      II.1.5) Estimated total value:
      Value excluding VAT: 900,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
   
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKJ2 Surrey, East and West Sussex
      
      II.2.4) Description of procurement: Provision of GIS Software with licences for use in Water supply NOT INCLUDING IMPLEMENTATION AT THIS STAGE. 1.Have a proven UK water utility network data model to hold underground asset data and the relationships between the individual assets. 2.Standard software routines that read Ordnance Survey data and load this data to the supplier's solution. 3.A mobile app solution integrated with the GIS data base with features such as redline and capturing field data. 4.Proven integration methods to enable third party data to be displayed alongside map and network data in the GIS solution.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost - Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 900,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: Continuation of GIS software and licence provision with updated capabilities of the system.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Managed service or on-premise solution
      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:          
      Experience of providing GIS capability in water industry. 1.Have a proven UK water utility network data model to hold underground asset data and the relationships between the individual assets. 2.Standard software routines that read Ordnance Survey data and load this data to the supplier's solution. 3.A mobile app solution integrated with the GIS data base with features such as redline and capturing field data. 4.Proven integration methods to enable third party data to be displayed alongside map and network data in the GIS solution. 5. Deliver real time-time activity map-based views of activity. 6. Efficient integration with 3rd party systems; jobs, supply points, contacts and alarms 7. A technical platform that conforms to IT security standards ISO27001.    
      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.1.4) Objective rules and criteria for participation
            NON QUALITY CRITERIA - 30% QUALITY AND PRODUCT FEATURES CRITERIA -70%    
      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.1.6) Deposits and guarantees required:
       Not Provided   
      III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
       Not Provided   
      III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
       Not Provided      
   III.2) Conditions related to the contract
         
      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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO              
         In the case of framework agreements justification for any duration exceeding 8 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: 04/07/2024 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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: Not Provided      
      

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 No       
   Electronic payment will be used Yes       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Redhill:-Geographic-information-systems-%28GIS-or-equivalent%29./EY9D6HUMS9

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/EY9D6HUMS9
   VI.4) Procedures for review
   VI.4.1) Review body:
             SES Water plc
       64-68 London Road, Redhill, RH1 1LG, United Kingdom
       Tel. +44 7900719180, Email: priyeni.mann@seswater.co.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: 05/06/2024

Annex A


View any Notice Addenda

View Award Notice