UK-Taunton: Software programming and consultancy services.

UK-Taunton: Software programming and consultancy services.
Section I: Contracting Authority
I.1) Name and addresses
The United Kingdom Hydrographic Office
Admiralty Way, Taunton, TA1 2DN, United Kingdom
Tel. +44 1823443280, Email: procurement@ukho.gov.uk
Main Address: https://ukho.delta-esourcing.com
NUTS Code: UKK23
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: http://www.delta-esourcing.com/tenders/UK-UK-Taunton:-Software-programming-and-consultancy-services./JWVFC25R9Q
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Data Science and Data Engineering
Reference Number: Not provided
II.1.2) Main CPV Code:
72200000 - Software programming and consultancy services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: We are looking for suppliers to support our data science and data engineering work, specifically for productionising work to create live solutions.

The suppliers will work alongside existing in-house digital development teams in two ways:

- we are currently building our data science and data engineering capability and will look for support in developing these skills/knowledge, this may include consultancy, filling temporary skills gaps and/or providing training and support)

- we are looking to make a significant transformation in a relatively short timeframe (3 years) and we have limited in-house resources; we are therefore looking for support to deliver discrete packages of work to increase our velocity
II.1.5) Estimated total value:
Value excluding VAT: 4,000,000
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:
UKK23 Somerset

II.2.4) Description of procurement: The Authority is trying to achieve large scale data engineering and machine learning pipelines to transform the capability of the organisation. It is expected this work will both provide efficiency savings and create novel products. The market landscape is changing quickly as many companies which are embracing these technologies are making huge gains and transforming the way people work and do business.

The Authority has created a successful foundation of a data science team but now needs to accelerate the work. It has put significant effort into capability building across the organisation and this is having an impact. However, it is felt this is not enough and would like to bring in additional skilled resource to accelerate the change.

Some of the core data sets are of the TB order so will require big data technologies.

The types of data being processed will often have some point cloud, geospatial or big data element, but will also include images, video, text, time series.
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates: 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
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
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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 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: 17/10/2023 Time: 12:00
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 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://ukho.delta-esourcing.com/tenders/UK-UK-Taunton:-Software-programming-and-consultancy-services./JWVFC25R9Q

To respond to this opportunity, please click here:
https://ukho.delta-esourcing.com/respond/JWVFC25R9Q
VI.4) Procedures for review
VI.4.1) Review body:
The United Kingdom Hydrographic Office
Admiralty Way, Taunton, TA1 2DN, United Kingdom
Tel. +44 1823443280
VI.4.2) Body responsible for mediation procedures:
The United Kingdom Hydrographic Office
Admiralty Way, Taunton, TA1 2DN, United Kingdom
Tel. +44 1823443280
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:
The United Kingdom Hydrographic Office
Admiralty Way, Taunton, TA1 2DN, United Kingdom
Tel. +44 1823443280
VI.5) Date Of Dispatch Of This Notice: 18/10/2018

Annex A