ID 4360110 - DoF - LPS - PROVISION OF ARCGIS LICENCING, SERVICES AND TRAINING

A Tender Notice
by THE DEPARTMENT OF FINANCE

Source
Find a Tender
Type
Contract (Services)
Duration
3.5 year
Value
35M
Sector
TECHNOLOGY
Published
31 Jan 2024
Delivery
To 31 Jul 2027 (est.)
Deadline
01 Mar 2024 15:00

Concepts

Location

BELFAST

Geochart for 40 buyers and 0 suppliers

Description

The Department of Finance (DoF), Land Property Services (LPS) (Buyer) has on behalf of the NICS Departments, Arms-Length Bodies (ALBs), Non-Departmental Public Bodies (NDPBs) and Government Companies (herein after referred to as the ‘Customer’) detailed in Annex A of the Specification have a requirement for the provision of ArcGIS Licensing, Managed Services, Professional Service, and Training Services. The Buyer wishes to establish a call-off Contract for the provision of: • ArcGIS Enterprise Licensing Agreements (ELA). • ArcGIS Licensing Agreements. • Subscription licensing for any ArcGIS software listed at ArcGIS Product List . • Managed Services. • Professional Services. • Training Services. • Additional Services.

Renewal Options

The contract will have an option to extend (subject to the terms of the contract and the performance of the successful Economic Operator) by a further 2 optional extension periods of up to 3 years each i.e. 3+3 The contract will have an option to extend (subject to the terms of the contract and the performance of the successful Economic Operator) by a further 2 optional extension periods of up to 3 years each i.e. 3+3

Award Criteria

Qualitative Criteria 40.0
Quantitative Criteria 60.0

CPV Codes

  • 72000000 - IT services: consulting, software development, Internet and support
  • 48000000 - Software package and information systems
  • 72590000 - Computer-related professional services
  • 38221000 - Geographic information systems (GIS or equivalent)

Indicators

  • Bids should cover the whole contract.
  • Options are available.
  • Renewals are available.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Award on basis of price and quality.

Other Information

The Contracting Authority reserves the right to award the Contract following submission of Initial Tender. Responses and the right to down-select Economic Operators following each round of negotiations.. . The figure indicated in II.1.5 represents an estimated maximum contract value £35m. This figure reflects the scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents, including changes that may result from future operational requirements. The potential range of spend on this contract is between £10m and £35m however, this is a call off contract and there is no guarantee on the level of spend for this contract. The Contracting Authority reserves the right: to hold additional rounds of negotiations with Economic Operators; to require the.. submission of any further or additional information or tender submissions; to award the Contract following the submission of initial.. tenders; to award the Contract following conclusion of the first round of negotiation sessions; and/or to down-select Economic Operators. following each round of negotiations. For the avoidance of doubt, final tenders will not be subject to any negotiation with the Contracting. Authority (however, they may be subject to clarification, if required, at the Contracting Authority’s absolute discretion). The Contracting. Authority reserves the right: to reject any or all SQ or tender responses and to cancel or withdraw the procurement process at any. stage; to award a contract without prior notice; to change the basis of, the procedure and the timescales set out or referred to in the. procurement documents; to require an Economic Operator to clarify its SQ or tender response in writing and/or provide additional. information; to terminate the procurement process; and/or to amend the terms and conditions of the SQ or tender evaluation process. or negotiation process. •The Contracting Authority does not bind itself to accept the lowest or any tender. •Economic Operators remain. responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in. connection with taking part in this procurement process, regardless of whether such costs arise as a consequence, directly or indirectly,. of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall. arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into. the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures. in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting. Authority reserves the right to change any or all of them. The figure indicated in II.1.5 represents an estimated maximum contract value £35m. This figure reflects the scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents, including changes that may result from future operational requirements. The potential range of spend on this contract is between £10m and £35m however, this is a call off contract and there is no guarantee on the level of spend for this contract. The pricing strategy applied and the setting of cost/profit. margins are a commercial decision for economic operators when submitting a bid for this competition. In addition, neither CPD nor the. Contracting Authority can provide any guarantee as to the level of business under this contract. 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 CPD 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 Notice of. Unsatisfactory Performance and the contract may be terminated. The issue of a Notice 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 Notice. This contract will. not be awarded in Lots as a single supplier is required

Reference

Domains