Section one: Contracting authority
one.1) Name and addresses
The Mayor and Commonalty and Citizens of the City of London
City of London Corporation, Guildhall, PO Box 270
London
EC2P 2EJ
loredana.sandu@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
NUTS code
UKI - LONDON
Internet address(es)
Main address
https://www.cityoflondon.gov.uk
Buyer's address
https://www.capitalesourcing.com
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.capitalesourcing.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.capitalesourcing.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Planning and Regulatory Services Case Management Solution
Reference number
prj_COL_18328
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
The City of London Corporation (the 'City') is looking to tender for the provision of a Planning and Regulatory Services Case Management Solution.
The duration of the contract is 60 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 60 further months on a year by year basis. The maximum length of the contract is therefore 120 months.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The requirement has been split into two mutually exclusive lots.
Bidders can make a submission to one or both lots.
The City reserves the right in its absolute discretion to award only one of the two lots.
two.2) Description
two.2.1) Title
Lot 1: Solution is hosted and supported in the supplier managed private or public cloud in the UK
Lot No
1
two.2.2) Additional CPV code(s)
- 30196000 - Planning systems
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
two.2.4) Description of the procurement
The City of London Corporation (the 'City') is looking to tender for the provision of a Planning and Regulatory Services Case Management Solution supporting delivery of Planning, Building Control, Public Protection, Port Health and Gazetteer Management functions by the City of London. This system will be fully spatially enabled, available in both office/home and field environments (capable of operating with and without network connectivity) and will include an intuitive and user-friendly Public Facing front end.
The requirement has been split into two mutually exclusive lots.
Lot 1: Solution is hosted and supported in the supplier managed private or public cloud in the UK
Bidders can make a submission to one or both lots.
The City reserves the right in its absolute discretion to award only one of the two lots.
The duration of the contract is 60 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 60 further months on a year by year basis. The maximum length of the contract is therefore 120 months.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The duration of the contract is 60 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 60 further months on a year by year basis. The maximum length of the contract is therefore 120 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2: Solution is hosted and supported in the City of London public cloud (Azure) but managed by the supplier
Lot No
2
two.2.2) Additional CPV code(s)
- 30196000 - Planning systems
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
two.2.4) Description of the procurement
The City of London Corporation (the 'City') is looking to tender for the provision of a Planning and Regulatory Services Case Management Solution supporting delivery of Planning, Building Control, Public Protection, Port Health and Gazetteer Management functions by the City of London. This system will be fully spatially enabled, available in both office/home and field environments (capable of operating with and without network connectivity) and will include an intuitive and user-friendly Public Facing front end.
The requirement has been split into two mutually exclusive lots.
Lot 2: Solution is hosted and supported in the City of London public cloud (Azure) but managed by the supplier
Bidders can make a submission to one or both lots.
The City reserves the right in its absolute discretion to award only one of the two lots.
The duration of the contract is 60 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 60 further months on a year by year basis. The maximum length of the contract is therefore 120 months.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The duration of the contract is 60 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 60 further months on a year by year basis. The maximum length of the contract is therefore 120 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
17 March 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please note that this procurement process is being undertaken using the electronic tendering system ‘CapitaleSourcing’ (url:www.capitalesourcing.com).
Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below.
The estimated total value of the contract for each respective lot is stated in section II.2.6) of this notice and is for the entire duration, including all the optional extensions, together with all potential future needs as described within the tender documents.
The procurement is being run as a one stage process under the open procedure and therefore, if your organisation would like to participate in this tender exercise, it can do so by completing and returning the Qualification Envelope and the Invitation To Tender (ITT) questionnaire which can be found on the City's e-procurement portal at: www.capitalesourcing.com with the Reference number: prj_COL_18328.
Organisations must submit their completed Qualification Envelope and Invitation to Tender (ITT) questionnaire together with any supporting
documents, via the system by the return deadline of 12.00 noon on 17 March 2021 in order to participate and registration is free. Qualification Envelopes and Invitation to Tender (ITT) questionnaires cannot be uploaded after the return deadline.
The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Qualification Envelopes and Invitation to Tender (ITT) questionnaires.
The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this
notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators
are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority
be liable for costs or expense borne by the economic operators.
The procurement process that will apply to the requirement is specified in the procurement documents accordingly.
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award an agreement before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time-limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the agreement has been entered into the court has the options to award damages and/or to shorten or order the agreement ineffective.
six.4.4) Service from which information about the review procedure may be obtained
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom