Tender

ID 6378755 - DOF - LPS- The provision of a Feature Manipulation Engine (FME) Enterprise License Agreement

DEPARTMENT OF FINANCE

This public procurement record has 1 release in its history.

Tender

04 Feb 2026 at 15:56

Summary of the contracting process

The Department of Finance in Northern Ireland has initiated an open procurement process to establish a Feature Manipulation Engine (FME) Enterprise License Agreement for Land and Property Services. This tender is led by the CPD - Supplies & Services Division located in Belfast, focusing on software package and information systems within the IT services industry. The procurement aims to secure a contract starting 1 April 2026, for an initial four-year period till 31 March 2030. The deadline for tender submissions is set for 20 February 2026, with an accelerated procedure due to urgency, resulting in a shortened tendering period. Interested businesses must submit their tenders electronically in English, and inquiries are accepted until 11 February 2026.

This tender presents a growth opportunity for businesses specialising in software licensing, IT consulting, and mapping software development. The contract offers a significant gross value of £349,200, making it attractive for organizations with expertise in scalable software solutions and service delivery. Given the high weighting on cost (90%), companies that offer competitive pricing alongside quality, specifically in service delivery and contract management, are well-positioned to compete. Firms capable of integrating and supporting software solutions that meet evolving business needs, and who can adapt quickly to changes, would find this tender beneficial for expanding their footprint in the public procurement market.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

ID 6378755 - DOF - LPS- The provision of a Feature Manipulation Engine (FME) Enterprise License Agreement

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06474c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010128-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48000000 - Software package and information systems

48218000 - License management software package

48326000 - Mapping software package

72000000 - IT services: consulting, software development, Internet and support

72212326 - Mapping software development services

Notice Value(s)

Tender Value
£291,000 £100K-£500K
Lots Value
£291,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Feb 20262 weeks ago
Submission Deadline
20 Feb 2026Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2030 4-5 years
Recurrence
2029-12-31

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF FINANCE
Additional Buyers

CPD - SUPPLIES & SERVICES DIVISION

Contact Name
Not specified
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-06474c-2026-02-04T15:56:24Z",
    "date": "2026-02-04T15:56:24Z",
    "ocid": "ocds-h6vhtk-06474c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PVTL-7513-YWVJ",
            "name": "Department of Finance",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVTL-7513-YWVJ"
            },
            "address": {
                "streetAddress": "303 Airport Road West",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PVWG-8426-YWXV",
            "name": "CPD - Supplies & Services Division",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVWG-8426-YWXV"
            },
            "address": {
                "streetAddress": "303 Airport Road West",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Construction and Procurement Delivery - Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland"
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVTL-7513-YWVJ",
        "name": "Department of Finance"
    },
    "tender": {
        "id": "ID 6378755",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "ID 6378755 - DOF - LPS- The provision of a Feature Manipulation Engine (FME) Enterprise License Agreement",
        "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. The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48218000",
                        "description": "License management software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48326000",
                        "description": "Mapping software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212326",
                        "description": "Mapping software development services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 349200,
            "amount": 291000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "State of urgency"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "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 For this requirement, Procurement Act 2023, Section 54 (3) is being utilised given the state of urgency that exists in relation to these goods that means that a 25 day participation period is impractical. In this instance the tendering period is being reduced to 17 days as an exception.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-20T15:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-11T15:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-06T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 349200,
                    "amount": 291000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "10 percent quality and 90 percent cost.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "AC1 - Service Delivery and Contract Management",
                            "description": "AC1 - Service Delivery and Contract Management weighting = 10 percent as per Tender Documentation"
                        },
                        {
                            "type": "cost",
                            "name": "AC2 - Cost",
                            "description": "AC2 - Cost weighting = 90 percent per Tender Documentation"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As per Tender Documentation."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2030-03-31T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "010128-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010128-2026",
                "datePublished": "2026-02-04T15:56:24Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2029-12-31T23:59:59+00:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "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."
        },
        "riskDetails": "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."
    },
    "language": "en"
}