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

All Wales Mapping Services Framework.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Neath Port Talbot County Borough Council
The Quays, Brunel Way, Baglan Energy Park
For the attention of: Stuart Smith
SA11 2GG Neath
UNITED KINGDOM
Telephone: +44 1639763928
E-mail:

Internet address(es):

General address of the contracting authority: www.npt.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0274

Further information can be obtained from: Neath Port Talbot County Borough Council
The Quays, Brunel Way, Baglan Energy Park
Contact point(s): Corporate Procurement
For the attention of: Stuart Smith
SA11 2GG Neath
UNITED KINGDOM
Telephone: +44 1639763928
E-mail:
Internet address: www.npt.gov.uk

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

Tenders or requests to participate must be sent to: Neath Port Talbot County Borough Council
Port Talbot Civic Centre
For the attention of: Head of Legal Services
SA13 1PJ Port Talbot
UNITED KINGDOM
Internet address: www.npt.gov.uk

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Blaenau Gwent County Borough Council

Bridgend County Borough Council

Caerphilly County Borough Council

Carmarthenshire County Council

Ceredigion County Council

Cardiff County Council

City and County of Swansea

Conwy County Borough Council

Denbighshire County Council

Flintshire County Council

Gwynedd County Council

Isle of Anglesey County Council

Merthyr Tydfil County Borough Council

Monmouthshire County Council

Neath Port Talbot County Borough Council

Newport City Council

Pembrokeshire County Council

Powys County Council

Rhondda Cynon Taff County Borough Council

The Vale of Glamorgan Council

Torfaen County Borough Council

Wrexham County Borough Council

Mid & West Wales Fire and Rescue

North Wales Fire and Rescue Service

South Wales Fire Service

Dyfed Powys Police

Gwent Police

North Wales Police

South Wales Police

Pembrokeshire Coast National Park Authority

Snowdonia National Park

Brecon Beacons National Park

Public Health Wales

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
All Wales Mapping Services Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Across the Welsh Public Sector.

NUTS code UKL

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 400 000 GBP
II.1.5)Short description of the contract or purchase(s)
Neath Port Talbot County Borough Council is leading on a collaborative procurement exercise for the provision of an All Wales Mapping Services Framework.
The framework will provide a hosted, cloud based base mapping service covering all Wales geographic area with a 2 km buffer on the welsh border. The service will be used within desktop GIS, mobile or web mapping applications. The service will not host business data and will only be available to Public Sector Mapping Agreement (PSMA) members.
II.1.6)Common procurement vocabulary (CPV)

72212326, 48326100, 48326000, 71354100, 48000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)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:
The framework is not being divided into lots and one supplier will be appointed to service the whole of the framework.
The framework will be for an initial 3 year period with the option to extend for up to a further 12 months.
Estimated value excluding VAT: 400 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.6.2015. Completion 31.5.2018

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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: As per the detail outlined in the tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per the detail outlined in the tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per the detail outlined in the tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
NPT/1277
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
13.4.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(WA Ref:23530).
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:
25.2.2015