UK-LONDON: Global navigation and positioning systems (GPS or equivalent).
UK-LONDON: Global navigation and positioning systems (GPS or equivalent).
Section I: Contracting Authority
		I.1) Name and addresses
				 Trinity House
				 TRINITY HOUSE, London, LONDON, EC3N 4DH, United Kingdom
				 Tel. +44 2074816915, Email: mike.harrington@marrprocurment.com
				 Main Address: https://www.trinityhouse.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:    http://www.trinityhouse.delta-esourcing.com 
		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
				Body governed by public law 
		I.5) Main activity
				Other activity:
Section II: Object
II.1) Scope of the procurement
		II.1.1) Title:  T0512 - MAPPING AND GIS ANALYSIS SOFTWARE 		
		Reference Number:   T0512 
		II.1.2) Main CPV Code: 
		38112100 - Global navigation and positioning systems (GPS or equivalent).
 
		II.1.3) Type of contract:  SUPPLIES 
		II.1.4) Short description:  Trinity House Navigation Directorate currently use mapping and GIS analysis software to process hydrographic surveys and plot contours, plot and view aids to navigation, analyse maritime AIS data for varying levels of risk assessment. The current system utilises Admiralty ARC charts and AIS data provided by the MCA and processed externally into the formats required by TH. Our charts are updated weekly from the UKHO website and the chart supplier contract is not within the scope of this exercise.
We require a system able to view Admiralty Raster Charts provided by our chart supplier and stored on an internal server. The charts are used to view the latest maritime data available from UKHO for hydrographic and aid to navigation assessment. 		
		II.1.5) Estimated total value:
		Value excluding VAT:  450,000 		
		Currency:  GBP 
		II.1.6) Information about lots:
		This contract is divided into lots: No 		
	
II.2) Description
    		
		II.2.2) Additional CPV codes:
		34933000 - Navigation equipment.
		38112100 - Global navigation and positioning systems (GPS or equivalent).
		48100000 - Industry specific software package.
		48324000 - Charting software package.
		72212326 - Mapping software development services.
 		
		II.2.3) Place of performance: 
		UK UNITED KINGDOM 
  		
		II.2.4) Description of procurement:  Trinity House Navigation Directorate currently use mapping and GIS analysis software to process hydrographic surveys and plot contours, plot and view aids to navigation, analyse maritime AIS data for varying levels of risk assessment. The current system utilises Admiralty ARC charts and AIS data provided by the MCA and processed externally into the formats required by TH. Our charts are updated weekly from the UKHO website and the chart supplier contract is not within the scope of this exercise.
We require a system able to view Admiralty Raster Charts provided by our chart supplier and stored on an internal server. The charts are used to view the latest maritime data available from UKHO for hydrographic and aid to navigation assessment. 
		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:  450,000  		
		Currency:  GBP  		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in months: 120 		
		This contract is subject to renewal:   Yes  		
		Description of renewals:  Duration of this contract will be 5 years initially with 2 further extensions of 2 years then 3 years totalling a maximum possible duration of 10 years. Confirmation of each awarded extension to be notified to the bidder by writing. 
		
		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: 			
		Terms and Conditions are included within the Tender Documentation. 	
		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 		
		The service levels requirements are included within the tender documentation. 			
		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: 11/08/2023    Time: 12:00
				
		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:  Not Provided		
		IV.2.7) Conditions for opening of tenders: 
			Date: 14/08/2023
			Time: 09:00
		
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  Yes 		
	Electronic payment will be used  Yes 		
	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://trinityhouse.delta-esourcing.com/tenders/UK-UK-LONDON:-Global-navigation-and-positioning-systems-%28GPS-or-equivalent%29./368H6NA72E
To respond to this opportunity, please click here: 
https://trinityhouse.delta-esourcing.com/respond/368H6NA72E
 	VI.4) Procedures for review
	VI.4.1) Review body:
				 The Corporation of Trinity House
		 , Tower Hill, London, EC3N 4DH, United Kingdom
	VI.4.2) Body responsible for mediation procedures: 
				 The Corporation of Trinity House
			 Tower Hill, London, EC3N 4DH, United Kingdom 
	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: 
			 HM Courts and Tribunals Service
		 Technology & Construction Court, 7 Rolls Buildings,, Fetter Lane,, LONDON, EC4A 1NL, United Kingdom
		 Tel. +44 2074816915 
	VI.5) Date Of Dispatch Of This Notice: 04/07/2023
Annex A