Section one: Contracting authority/entity
one.1) Name and addresses
Transport for London
5 ENDEAVOUR SQUARE
LONDON
E201JN
Contact
Dan Quinn
Country
United Kingdom
Region code
UKI41 - Hackney and Newham
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
OWFM
Reference number
WS1175966491
two.1.2) Main CPV code
- 63710000 - Support services for land transport
- FB06 - For rescue
- FB07 - For emergency
- FB09 - For security system
two.1.3) Type of contract
Services
two.1.4) Short description
Software supply agreement and associated professional services to integrate seamlessly with TfL's ERP and OWFM core components. Implementation and operational support.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,342,448
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
TfL has carefully considered its entire requirements for Workforce Management. Whilst "Core WFM Capability" has high commercial availability in the marketplace, core WFM functionality which incorporates all four of the "Critical Success Criteria", identified by TfL as a result of its failed 2014 WFM procurement is available only from a single provider.
The Smart Deployment and Geofencing of Passport is unique and shall allow TfL Operations to actively manage emergency situations across its network in real-time.
UKG is the only economic operator that can provide this combined WFM capability which critically, also requires minimal integration with the existing TfL SAP estate to create a fully native integrated single solution.
two.2.5) Award criteria
Quality criterion - Name: Compatibility with OWFM Solution / Weighting: 100%
Price - Weighting: 100%
two.2.11) Information about options
Options: Yes
Description of options
An elective subsequent option for a further 12 month renewal
two.2.14) Additional information
3 Year Fixed Term plus one year optional extension.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated without a prior call for competition
- The works, supplies or services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
Each potential route to market for each component of the overall OWFM solution was evaluated for its relative benefits and risks.
The recommended route to market chosen (Dimensions via GCloud/Passport via Supplier Terms) shall ultimately produce two forms of contract:
Dimensions and the associated Professional Services- shall be compliantly called off under GCloud terms which shall produce a standard CCS GCloud Call off agreement for the Dimensions software and associated professional services.
Passport and the associated Professional Services- shall be procured under a direct award by Single Source for the following reasons:
Kronos Systems is the only economic operator that has the exclusive intellectual property rights to provide TfL with its specified technical requirements which contain TfL's Critical Success Criteria, listed below.
1) The solution must be proven to work with SAP ECC6.0, S/4HANA & SuccessFactors for Payroll and recognised as such by SAP.
2) A seamless end user experience (whereby the solution is able to present TfL core HR data) to end users in such a way they need not 'flip' between multiple screens or applications
3) A comprehensive single approach to service management to TfL. Singular accountabilities (with SLA's) between the software providers of the overall solution suite
4) To meet TfL minimal Must Have functional and non-functional requirements
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
6 July 2023
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Kronos Systems Limited
The Capitol Building 2nd Floor South Wing, Oldbury
Bracknell, Berkshire
RG12 8FZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
Company number 02528089
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £1,342,448
Total value of the contract/lot/concession: £1,342,448
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Short description of the part of the contract to be subcontracted
Kronos Systems are expected to sub-contract with Passport
for products supply and integration services.
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court (England, Wales and Northern Ireland)
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Transport for London Governance and Assurance Team
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will operate a minimum 10 calendar day
standstill period at the point information on the award of the contract is communicated to provide time for any challenge to the award decision before the contract is entered into.
The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and
Northern Ireland).