UK-Oxford: Software package and information systems.

UK-Oxford: Software package and information systems.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX110QX, United Kingdom
Tel. +44 1235446553, Email: STFCProcurement@ukri.org
Main Address: www.ukri.org
NUTS Code: UKJ14
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: https://www.delta-esourcing.com/tenders/UK-UK-Oxford:-Software-package-and-information-systems./A2WMA3S4R4
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: UKRI-3142 EO DataHub Platform Software Development and Operations
Reference Number: UKRI-3142
II.1.2) Main CPV Code:
48000000 - Software package and information systems.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The EO DataHub (EODH) programme has been instigated to address challenges around effective exploitation of Earth Observation Data. It represents a first phase of a national asset, supported by the government and specified with the Department of Science, Innovation and Technology (DSIT) alongside NERC. The programme is a pathfinder project led by the National Centre for Earth Observation and a partnership of public sector bodies. Its role is to: a) serve the UK national interest; b) offer all UK users a step-change in data access and quality from commercial to government actionees to researchers and students; c) mitigate and transition the Copernicus-related data activities to a UK-orientated model; d) provide a delivery approach which enables a much more rigorous, evidence-led legacy beyond the project - articulating UK capability, showcasing UK datasets, evidenced costs and user-specified sustainability needs.
II.1.5) Estimated total value:
Value excluding VAT: 1,600,000
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:
UKJ14 Oxfordshire

II.2.4) Description of procurement: Data infrastructure for the UK is critical in the Earth Observation (EO) sector as it directly impacts the ability of UK science to produce world-leading information for discovery and policy, and the ability of our growing downstream industry to capitalise and invest in services built around UK capabilities and assets. The UK Government consistently recognises the value of EO capability with the importance of ongoing investment in the UK’s role recognised in the National Space Strategy and at global events such as COP26. Research and analysis repeatedly point to the need to invest in a way which catalyses that investment and bridges the “data to information” divide. Evidence from engagement with users in the EO sector has shown that there are barriers to the effective exploitation of Earth observation data including fragmentation of data sources and services and the fact that source data may not be in a readily exploitable form.

The successful tenderer will build, deploy and operate the Hub Platform (i.e. a set of software services hosted on the public cloud) to assist application developers and Earth Observation domain experts to find, access, analyse and process EO data from multiple distributed sources in a consistent manner and in a form that is suited for easy use in software applications and services to end-user communities. The desired outcome is that through access to the platform, software developers and expert users can more easily implement applications and services which exploit EO data. Users of the Hub Platform will have a set of software tools and services that will allow them to discover, access, analyse and process EO and climate datasets, along with capabilities to build scalable workflows and their own applications.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality Criteria / Weighting: 75

Cost criterion - Name: Cost Criteria / Weighting: 25

II.2.6) Estimated value:
Value excluding VAT: 1,600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 18
This contract is subject to renewal: No
Description of renewals: 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: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/A2WMA3S4R4


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.2.2) 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 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: 20/09/2023

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: 20/09/2023
Time: 14:00


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 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://ukri.delta-esourcing.com/tenders/UK-UK-Oxford:-Software-package-and-information-systems./A2WMA3S4R4

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/A2WMA3S4R4
VI.4) Procedures for review
VI.4.1) Review body:
UK Research and Innovation (UKRI)
Polaris House,, North Star Avenue, Swindon, SN2 1FL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/08/2023

Annex A