By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

PRO000322 - Ordnance Survey Licences.

Contract notice - utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

United Utilities Water Plc
1st Floor Thirlmere House, Lingley Mere Business Park, Lingley Green Avenue
Contact point(s): Donna Richardson
For the attention of: Donna Richardson
WA5 3LP Warrington
UNITED KINGDOM
Telephone: +44 1925678068
E-mail:

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Main activity
Water
I.3)Contract award on behalf of other contracting entities

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
PRO000322 - Ordnance Survey Licences.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Subscription to Ordnance Survey map licences.
Licences inculde (but are not limited to):
OSMasterMap Topo.
OSMM Address Layer 2*.
OSMM ITN Layer.
Profile DTM.
Profile Countours.
Minimum scope requirements:
1. OS Map Licences (refreshed quarterly and annually).
DVD format issued by supplier.
Downloadable via Internet (optional requirement).
2. Conversion of data into a variety of formats if required e.g. Landline, ESRI, etc.
3. Flexibility / Options to purchase additional polygons.
4. *Ability to change Address Layer 2 to an equivalent or premium replacement resulting from the forthcoming availability of the replacement AddressBase product, potentially mid-term or as part of a rolling contract.
5. Technical consultancy to allow us to embed the various data sets under the new service / contract arrangement.
II.1.6)Common procurement vocabulary (CPV)

48326000, 71354200, 71354100, 71356000, 71355200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Licences inculde (but are not limited to):
OSMasterMap Topo.
OSMM Address Layer 2*.
OSMM ITN Layer.
Profile DTM.
Profile Countours.
Estimated value excluding VAT
Range: between 700 000 and 1 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting entity reserves the right to require deposits, performance bonds, parent company guarantees or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be identified in the Invitation to Tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the case of an award to a consortium, alliance or joint venture; all members will be required to contract with joint and several liability under English law.
Where a company representing consortia, alliance or joint venture expresses an interest, the company who responds to this notice will be deemed to be the lead bidder to whom all communication will be addressed.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: This will be identified in the Pre-Qualification document, which will require applicants to demonstrate a minimum capability in terms of resources and experience.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: This will be identified in the Pre-Qualification document, which will require applicants to demonstrate a minimum capability in terms of resources and experience.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: This will be identified in the Pre-Qualification document, which will require applicants to demonstrate a minimum capability in terms of resources and experience.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: The contracting entity reserves the right to use e-auction. Instructions of the chosen process will be confirmed prior to Invitation To Tender.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
PRO000322
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 4.12.2011 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.12.2011 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: yes
Authorised representatives of UU. Tender opening is controlled and governed by strict procedures.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
4.11.2011

Other interesting websites