Award

OWFM

  • Transport for London

F15: Voluntary ex ante transparency notice

Notice identifier: 2023/S 000-019529

Procurement identifier (OCID): ocds-h6vhtk-03e001

Published 7 July 2023, 4:45pm



Section one: Contracting authority/entity

one.1) Name and addresses

Transport for London

5 ENDEAVOUR SQUARE

LONDON

E201JN

Contact

Dan Quinn

Email

v_danquinn@tfl.gov.uk

Country

United Kingdom

Region code

UKI41 - Hackney and Newham

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.tfl.gov.uk

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

Email

PSCGA@tfl.gov.uk

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).