Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Mitchell.Walker@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.cityoflondon.gov.uk
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Cemetery & Crematorium Administration System
Reference number
prj_COL_24087 or itt_COL_18448
two.1.2) Main CPV code
- 79121100 - Software copyright consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The City of London Cemetery and Crematorium is a major burial and cremation facility for Northeast London and part of Southwest Essex and is visited by around 250,000 people annually. Each year the City of London Cemetery and Crematorium carries out around 900 earth burials and 2600 cremations a year.
The current burial and cremation administration system is used to record and manage burials and cremations. It has outlived its effectiveness due to the limited updates to the system. Hosted on the City of London network, this system frequently experiences crashes, lacks integration with other cemetery systems, and is outdated. Consequently, it fails to meet user requirements. The Cemetery also still relies on hand-drawn maps dating back to when the cemetery was first opened in 1856.
The Cemetery requires an end-to-end admin management system that is fully integrated with GIS mapping. This system should serve as the single source of truth and seamlessly link customer accounts and databases. Furthermore, the Cemetery is interested in acquiring a system capable of integrating with the City’s finance systems. This will ensure a streamlined and efficient operation, enhancing the overall management of the Cemetery.
two.1.5) Estimated total value
Value excluding VAT: £280,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72417000 - Internet domain names
- 79121100 - Software copyright consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The City of London Cemetery & Crematorium, Aldersbrook Rd, London E12 5DQ
two.2.4) Description of the procurement
The City of London Cemetery and Crematorium is a major burial and cremation facility for Northeast London and part of Southwest Essex and is visited by around 250,000 people annually. Each year the City of London Cemetery and Crematorium carries out around 900 earth burials and 2600 cremations a year.
The current burial and cremation administration system is used to record and manage burials and cremations. It has outlived its effectiveness due to the limited updates to the system. Hosted on the City of London network, this system frequently experiences crashes, lacks integration with other cemetery systems, and is outdated. Consequently, it fails to meet user requirements. The Cemetery also still relies on hand-drawn maps dating back to when the cemetery was first opened in 1856.
The Cemetery requires an end-to-end admin management system that is fully integrated with GIS mapping. This system should serve as the single source of truth and seamlessly link customer accounts and databases. Furthermore, the Cemetery is interested in acquiring a system capable of integrating with the City’s finance systems. This will ensure a streamlined and efficient operation, enhancing the overall management of the Cemetery.
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: £280,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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 core contract terms is 60 months with the optional of an additional 24 month extension Therefore the potential contract length is 84 months.
Please note that the contract value is up to £280,000 per annum in line with the published Tender Documents and the published Terms & Conditions, for the entire 7 year duration (84 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated within the procurement documents.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated within 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
8 August 2024
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: 84 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 August 2024
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
This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated contract value is therefore £280,000.
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 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 by completing and returning the Qualification Envelope and the Invitation To Tender documents which can be found on the City's e-procurement portal at: www.capitalesourcing.com with the Reference number: prj_COL_24087 or itt_COL_18448.
Organisations must submit their completed Qualification Envelope and Invitation to Tender documents, via the system by the return deadline in order to participate and registration is free. Qualification Envelopes and Invitation to Tender (ITT) documents 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) documents.
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.4.4) 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