Contract notice

Information

Published

Date of dispatch of this notice: 12/04/2019

Expire date: 13/05/2019

External Reference: 2019-546774

TED Reference: 2019/S 075-178531

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Fire Commissioner
N/A
169 Union Street
London
SE1 0LL
UK
Contact person: Robert Fisher
Telephone: +44 5551200
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=28136&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local agency/office
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Performance and Administration Management System
Reference number:  PROC/5926/19
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Commissioner requires an integrated performance management system for managing planning, risk, business continuity and programme / project information. The main objectives are:
To have a one stop solution that efficiently draws together a comprehensive picture of the organisations performance against key outcomes. A system that can be developed, that will enable managers to access, update and draw information relevant to their team/ department.
A system that provides managers with a more streamlined, sophisticated analysis of their areas of performance with enhanced features in terms of how the data is presented. The contract is for an initial 5 year term with the option to extend for a further 36 months in aggregate.
II.1.5)

Estimated total value

Value excluding VAT: 250000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48219300  -  Administration software package
II.2.4)

Description of the procurement

The Commissioner requires an integrated performance management system for managing planning, risk, business continuity and programme / project information. The main objectives are:
To have a one stop solution that efficiently draws together a comprehensive picture of the organisations performance against key outcomes. A system that can be developed, that will enable managers to access, update and draw information relevant to their team/ department.
A system that provides managers with a more streamlined, sophisticated analysis of their areas of performance with enhanced features in terms of how the data is presented. The contract is for an initial 5 year term with the option to extend for a further 36 months in aggregate.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Functionality  /  Weighting:  20%
Quality criterion  -  Name:  Compatibility  /  Weighting:  10%
Quality criterion  -  Name:  Implementation, deliverables and exit plan  /  Weighting:  7%
Quality criterion  -  Name:  Training and marketing requirements  /  Weighting:  5%
Quality criterion  -  Name:  Testing plan  /  Weighting:  5%
Quality criterion  -  Name:  System availability, responsiveness and maintenance  /  Weighting:  5%
Quality criterion  -  Name:  Payment profile, contractual compliance  /  Weighting:  3%
Quality criterion  -  Name:  Social Value  /  Weighting:  5%
Quality criterion  -  Name:  System Presentation  /  Weighting:  5%
Cost criterion  -  Name:  Total price of the solution  /  Weighting:  20%
Cost criterion  -  Name:  Reduced end user License option  /  Weighting:  4%
Cost criterion  -  Name:  Enterprise license option  /  Weighting:  8%
Cost criterion  -  Name:  Additonal Costs  /  Weighting:  3%
II.2.6)

Estimated value

Value excluding VAT: 250000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/09/2019  /  End: 01/09/2024
This contract is subject to renewal: yes
Description of renewals:  
The Agreement may be extended for a further 24 Months with a further term of 12 months at the Commissioner’s discretion.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
This is contained in the Supplier Questionnaire Document.
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 III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/05/2019
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 27/05/2019
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

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
WC2A 2LL
UK