Ordnance Survey is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Global Navigation Satellite System Continuously Operating Reference System Receivers |
Notice type: | Contract Notice |
Authority: | Ordnance Survey |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | OS Net is Great Britain’s national global navigation satellite system (GNSS) infrastructure, being owned and operated by Ordnance Survey. OS Net is a geodetic quality network of GNSS continuously operating reference stations (CORS) receivers. The current OS Net GNSS CORS hardware is approaching end of life and we are looking to upgrade the receivers. |
Published: | 31/10/2017 17:10 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Ordnance Survey Limited, 09121572
Explorer House, Adanac Drive, Southampton, SO16 0AS, United Kingdom
Tel. +44 2380055932 / +44 2380055405, Email: tenderenquiries@os.uk
Contact: Victoria Lavender
Main Address: http://www.ordnancesurvey.co.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 electronically via https://www.delta-esourcing.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.4) Type of the contracting authority
Other type:: Government Owned Company
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Global Navigation Satellite System Continuously Operating Reference System Receivers
Reference Number: OP0603.2017
II.1.2) Main CPV Code:
32533000 - Satellite earth stations.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: OS Net is Great Britain’s national global navigation satellite system (GNSS) infrastructure, being owned and operated by Ordnance Survey. OS Net is a geodetic quality network of GNSS continuously operating reference stations (CORS) receivers. The current OS Net GNSS CORS hardware is approaching end of life and we are looking to upgrade the receivers.
II.1.5) Estimated total value:
Value excluding VAT: 950,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 1
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: GNSS Receivers
Lot No: 1 & 2
II.2.2) Additional CPV codes:
32533000 - Satellite earth stations.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Under Lot 1, OS requires fifty-five (55) Global Navigation Satellite System CORS Receivers that meet the specification set out at Schedule 1 of the ITT and in Lot 2 OS requires sixty (60) Global Navigation Satellite System CORS Receivers that meet the specification set out at Schedule 2 of the ITT
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
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.2.2) 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
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
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: 01/12/2017 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): 6
IV.2.7) Conditions for opening of tenders:
Date: 01/12/2017
Time: 14:00
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 No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Satellite-earth-stations./RHB63H4Q37
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/RHB63H4Q37
VI.4) Procedures for review
VI.4.1) Review body:
Ordnance Survey Limited
Explorer House, Adanac Drive, Southampton, SO16 0AS, United Kingdom
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: 31/10/2017
Annex A