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.

Contract Notice

GIS Upgrade and Infrastructure Provision

  • First published: 03 March 2020
  • Last modified: 03 March 2020

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)

Contents

Summary

OCID:
Published by:
Northern Gas Networks
Authority ID:
AA78235
Publication date:
03 March 2020
Deadline date:
18 March 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NGN proposes that the current version of ESRI GIS needs to be upgraded from the current version of 9.3.1 to the most up to date version of ESRI GIS.

As NGN will be migrating from the geometric network model to the utility network model it is expected that considerable data transformation and cleansing will be required as part of the upgrade. As the current version of the write instance of the ESRI database (9.3.1) does not have a direct upgrade path to the latest version, a non-conventional upgrade path may need to be considered including possible use of extract, transform and load (ETL) utilities from ESRI and third parties.

This data cleansing exercise would need to be done across all individual demarcation layers of the current ESRI GIS estate. For example, there are some aspects of GIS which NGN do not use now that could be removed as part of the data cleansing. This would need to be in line with NGN's Data Migration Strategy (available in the glossary section of this scope) which includes the production of logical and physical data models, ETL mapping documentation and data profiling analysis.

Any design submitted within a tender response will be subject to review against NGN AWS design principles and a secure by design principle.

Below are the factors which need to be considered and carried out as part of lot 1:

— consolidate to a single instance of database and application for GIS,

— support the current inflight and roadmap developments as outlined in this document,

— GIS landscape should be COTS or with minimal custom development. It should have least dependency on the bespoke solution,

— licenses should be rationalized to the best possible way,

— high availability environment is required for the GIS, which is currently not available,

— minimise data update lag across all GIS application (desktop, web and mobile),

— minimise the manual intervention and automate the process as far as possible (like data updates from the measurement technicians),

— recommendation should align GIS compatible with the upcoming technology and landscape,

— NGN GIS has approximately 12 GIS Editors, 500 Office GIS users, 500-600 Mobile GIS users,

— view only, access to limited GIS layer map would be enabled for external users,

— NGN GIS roadmap should in future be capable to perform locational driven spatial analysis in SAP HANA,

— eventually data edit process and needs to be improved and move to faster data update mechanism, as NGN needs its GIS infrastructure to support a more optimised process with near real time updates,

— GIS database is updated with approx. 2 000 updates a week, with 9 editors on average. There is no major performance related issue in the current editing system,

— ability to extract ‘delta’ changes from core dataset to provide updates to third parties, this includes the ‘North East Utility Asset Register’,

— ability to move any system or application within the GIS platform currently on Oracle Database to HANA Database,

— identify any missing ESRI licences or any which is surplus to requirements. For example, we have basic and standard licences for some of the functionality but there may be scope to get advanced.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Northern Gas Networks

Northern Gas Network Operations Ltd, 1100 Century Way

Leeds

LS15 8TU

UK

Contact person: Rebecca Rowley

E-mail: rrowley@northerngas.co.uk

NUTS: UKE42

Internet address(es)

Main address: https://www.northerngasnetworks.co.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.northerngasnetworks.co.uk/procurement/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Production, transport and distribution of gas and heat

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

GIS Upgrade and Infrastructure Provision

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The scope of this project is being delivered in 3 lots. These are:

Lot 1: Upgrade the current version of ESRI GIS, in line with NGN GIS strategy with 24/7 third line support of the GIS Applications;

Lot 2: Provision and establish the IT Infrastructure to operate all the core components in the new system from NGN’s AWS secure virtual private data centre;

Lot 3: Rebuild the Interface into SAP.

The current interface is bespoke to NGN and does not have graceful failure or rollback capability. NGN would like to adopt an ‘off the shelf’ interface that requires configuration only and utilises the SAP Geo Enablement Framework (GEF) sync framework for example.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

ESRI Upgrade

II.2.2) Additional CPV code(s)

72000000

II.2.3) Place of performance

NUTS code:

UKE42

II.2.4) Description of the procurement

NGN proposes that the current version of ESRI GIS needs to be upgraded from the current version of 9.3.1 to the most up to date version of ESRI GIS.

As NGN will be migrating from the geometric network model to the utility network model it is expected that considerable data transformation and cleansing will be required as part of the upgrade. As the current version of the write instance of the ESRI database (9.3.1) does not have a direct upgrade path to the latest version, a non-conventional upgrade path may need to be considered including possible use of extract, transform and load (ETL) utilities from ESRI and third parties.

This data cleansing exercise would need to be done across all individual demarcation layers of the current ESRI GIS estate. For example, there are some aspects of GIS which NGN do not use now that could be removed as part of the data cleansing. This would need to be in line with NGN's Data Migration Strategy (available in the glossary section of this scope) which includes the production of logical and physical data models, ETL mapping documentation and data profiling analysis.

Any design submitted within a tender response will be subject to review against NGN AWS design principles and a secure by design principle.

Below are the factors which need to be considered and carried out as part of lot 1:

— consolidate to a single instance of database and application for GIS,

— support the current inflight and roadmap developments as outlined in this document,

— GIS landscape should be COTS or with minimal custom development. It should have least dependency on the bespoke solution,

— licenses should be rationalized to the best possible way,

— high availability environment is required for the GIS, which is currently not available,

— minimise data update lag across all GIS application (desktop, web and mobile),

— minimise the manual intervention and automate the process as far as possible (like data updates from the measurement technicians),

— recommendation should align GIS compatible with the upcoming technology and landscape,

— NGN GIS has approximately 12 GIS Editors, 500 Office GIS users, 500-600 Mobile GIS users,

— view only, access to limited GIS layer map would be enabled for external users,

— NGN GIS roadmap should in future be capable to perform locational driven spatial analysis in SAP HANA,

— eventually data edit process and needs to be improved and move to faster data update mechanism, as NGN needs its GIS infrastructure to support a more optimised process with near real time updates,

— GIS database is updated with approx. 2 000 updates a week, with 9 editors on average. There is no major performance related issue in the current editing system,

— ability to extract ‘delta’ changes from core dataset to provide updates to third parties, this includes the ‘North East Utility Asset Register’,

— ability to move any system or application within the GIS platform currently on Oracle Database to HANA Database,

— identify any missing ESRI licences or any which is surplus to requirements. For example, we have basic and standard licences for some of the functionality but there may be scope to get advanced.

II.2.5) Award criteria

Criteria below:

Quality criterion: Non commercial / Weighting: 60 %

Price / Weighting:  40 %

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

5 x 1 years for the support element.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 2

II.2.1) Title

Provision and Establish the IT Infrastructure to Operate all the Core Components in the New syStem from NGN’s AWS Secure Virtual Private Data Centre

II.2.2) Additional CPV code(s)

72000000

II.2.3) Place of performance

NUTS code:

UKE42

II.2.4) Description of the procurement

NGN would look to establish the IT infrastructure to operate all the core components in the new system. Here, NGN require the AWS architecture to be:

— designed as 3 tier-development, QA and production,

— designed to be highly available,

— to have a regular (daily) back up schedule utilising Veritas et back up technology,

— to be in the London AWS availability zone, in NGN’s secure virtual private datacentre,

— to have data at rest encrypted,

— to have a DR capability to the Ireland AWS availability zone, with an RTO of 24 hours,

— to pass an independent vulnerability and penetration test before going live,

— to be built to the Centre for Internet Security AWS Foundations benchmark as the basis for best practice for its public cloud infrastructure, with the aim to be get a perfect score. The benchmark can be found here https://d0.awsstatic.com/whitepapers/compliance/AWS_CIS_Foundations_Benchmark.pdf

The sizing and specifications of the AWS hosting will be developed during the project.

NGN have an AWS billing and support partner in place, the purchase of AWS instances would be managed through that supplier for this work.

NGN have a requirement to provide certain layers of their maps to external third parties via the internet. This access would be provided via demilitarised zone (DMZ) via a proxy’ capability and will require authentication for to access the maps. The design needs to cater for this requirement with NGN facilitating DMZ capabilities through a separate virtual private cloud (VPC) and through VPC Peering.

Any design submitted within a tender response will be subject to review against NGN AWS design principles and a secure by design principle.

Below are the factors which would need to be considered and carried out as part of lot 2:

— NGN utilises Amazon web services and utilises RedHat Enterprise Linux (RHEL) and Windows as preferred operating system platforms so any proposed solution needs to consider this,

— NGN deploys a 3-tier environment model for its applications this includes development, quality assurance (Test) and production. quality assurance environment is built to be a duplicate of the production environment and NGN utilises AWS functionality to reduce the costs,

— disaster recovery environment will be taken care by the larger infrastructure setup applicable though-out the organization,

— the recommendations are provided, assessing the current, ongoing and planned GIS updates at NGN,

— single sign on is currently provided by delegating identity to Active Directory. NGN is moving from a LDAP orientated identity provider to a SAML 2.0/Active Directory Federated Service Identity delegation.

II.2.5) Award criteria

Criteria below:

Quality criterion: Non commercial / Weighting: 60 %

Price / Weighting:  40 %

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

5 x 1 years for the support element.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Lot No: 3

II.2.1) Title

Rebuild of the Interface into SAP

II.2.2) Additional CPV code(s)

72000000

II.2.3) Place of performance

NUTS code:

UKE42

II.2.4) Description of the procurement

The final lot requests the rebuild of the interface into SAP. The current interface is bespoke to NGN and does not have graceful failure or rollback capability. NGN would like to adopt an ‘off the shelf’ interface that requires configuration only and utilises the SAP Geo Enablement Framework (GEF) sync framework for example.

Any design submitted within a tender response will be subject to review against NGN AWS design principles and a secure by design principle.

Below are the factors which would need to be considered and carried out as part of lot 3:

— minimise data update lag across all GIS application (desktop, web and mobile),

— minimise the manual intervention and automate the process as far as possible (like data updates from the measurement technicians).

II.2.5) Award criteria

Criteria below:

Quality criterion: Non commercial / Weighting: 60 %

Price / Weighting:  40 %

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: Yes

Description of renewals:

5 x 1 years for the support element.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 18/03/2020

Local time: 09:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Northern Gas Networks

Northern Gas Network Operations Ltd, 1100 Century Way

Leeds

LS15 8TU

UK

VI.5) Date of dispatch of this notice

27/02/2020

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related Services

Delivery locations

ID Description
100 UK - All

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:
rrowley@northerngas.co.uk
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.