Tender

Planning and Regulatory Services Case Management Solution

  • The Mayor and Commonalty and Citizens of the City of London

F02: Contract notice

Notice identifier: 2021/S 000-002543

Procurement identifier (OCID): ocds-h6vhtk-029156

Published 8 February 2021, 10:56pm



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

Email

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