Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

ID 5989013 - DOF - LPS- The provision of a Feature Manipulation Engine (FME) Enterprise License Agreement

  • First published: 18 December 2025
  • Last modified: 18 December 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-05f7a3
Published by:
Department of Finance
Authority ID:
AA55145
Publication date:
18 December 2025
Deadline date:
20 January 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Land and Property Services LPS wish to procure Feature Manipulation Engine FME licensing which allows scalability to meet changing business needs and provides a Feature Manipulation Engine FME Enterprise License type Agreement ELA to support the use of FME Server and Desktop. The contract will commence of the 1st April 2026 for an initial period of 4 years until 31st March 2030 with 2 optional extension periods of 2 years each.The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps

Full notice text

Scope

Procurement reference

ID 5989013

Procurement description

Land and Property Services LPS wish to procure Feature Manipulation Engine FME licensing which allows scalability to meet changing business needs and provides a Feature Manipulation Engine FME Enterprise License type Agreement ELA to support the use of FME Server and Desktop. The contract will commence of the 1st April 2026 for an initial period of 4 years until 31st March 2030 with 2 optional extension periods of 2 years each.

The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps

Main category

Services

Delivery regions

  • UKN - Northern Ireland

Total value (estimated, excluding VAT)

584000 GBP to 584000GBP

Contract dates (estimated)

01 April 2026, 00:00AM to 31 March 2030, 23:59PM

Extension end date (if all the extensions are used): 31 March 2034

Contracting authority

Department of Finance

Identification register:

  • GB-PPON

Address 1: 303 Airport Road West

Town/City: Belfast

Postcode: BT39ED

Country: United Kingdom

Public Procurement Organisation Number: PVTL-7513-YWVJ

NUTS code: UKN06

Email: SSDAdmin.CPD@finance-ni.gov.uk

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72212326 - Mapping software development services
  • 48000000 - Software package and information systems
  • 48218000 - License management software package
  • 48326000 - Mapping software package

Delivery regions

  • UKN - Northern Ireland

Lot value (estimated)

584000 GBP Excluding VAT

700800 GBP Including VAT

Contract start date (estimated)

01 April 2026, 00:00AM

Contract end date (estimated)

31 March 2030, 23:59PM

Extension end date (estimated)

31 March 2034, 23:59PM

Can the contract be extended?

Yes

Description of extensions

2 optional extension periods of 2 years each.

Does the lot include options?

Yes

Description of options

The Supplier must provide additional licences if and when required by the buyer throughout the full Contract Period.

Participation

Conditions

Economic

Conditions of participation

As per Tender Documentation.

Award criteria

Weighting description

20 percent quality and 80 percent cost.

Type: quality

Name

AC1 - Service Delivery and Contract Management

Description

AC1 - Service Delivery and Contract Management weighting = 10 percent as per Tender Documentation

Type: quality

Name

AC2 - Social Value

Description

AC2 - Social Value weighting = 10 percent per Tender Documentation

Type: cost

Name

AC3 - Cost

Description

AC3 - Cost weighting = 80 percent per Tender Documentation

Contract terms and risks

Payment terms

For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/ar ticles/account-ni-good-invoicing-practice Contract Value

The estimated value figure indicated in the Scope Section represents an overall estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and a Supplier shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority.

Description of risks to contract performance

The Contracting Authority has identified the following risks as risks that satisfy the criteria of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could jeopardise the satisfactory performance of the contract but, because of its/their nature, cannot be addressed in the contract as awarded:

1. Embedding software appropriately across all business areas of LPS to meet business objectives.

2. Additional Service Days may be required to allow for continuous improvement and also to cover unknown risks that may arise throughout the contract period. These additional service days may be used to cover the following as a minimum;

• Support to apply patches and upgrades

• Support in migrating workbenches between versions

• Training

• Development of Workbenches

• Workbench interoperability between 32-Bit and 64-Bit

• Support publishing to FME Server

• Support regarding Software updates

The Pricing Schedule includes an area for Suppliers to insert their daily rate for the provision of additional services.

The Contracting Authority has concluded that there is a possibility that the contract may have to be modified as a result of a materialisation of the known risk/s at a later date in accordance with Schedule 8 paragraph 5 of the Procurement Act 2023.

Exclusions

If at any time during the procurement, or post award, it comes to the attention of the Contracting Authority (CA) or CPD, by whatever means, that a Supplier has become ‘excluded’ or ‘excludable’ as per Sec 57 of the PA 2023, the CA, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded.

The Contracting Authority expressly reserves the rights:

(I). not to award any contract as a result of the procurement process commenced by publication of this notice;

(II). to make whatever changes it may see fit to the content and structure of the tendering Competition;

(III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and

(IV). to award contract(s) in stages.

and in no circumstances will the Authority be liable for any costs incurred by candidates.

This project will be used to progress the Government’s wider social, economic and environmental objectives.

Submission

Tender submission deadline

20 January 2026, 15:00PM

Enquiry deadline

09 January 2026, 15:00PM

Date of award of contract

13 February 2026, 23:59PM

Submission address and any special instructions

Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below.Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer.The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

01 December 2033, 23:59PM

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48218000 License management software package Networking software package
72212326 Mapping software development services Programming services of application software
48326000 Mapping software package Drawing and imaging software package
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.