Section one: Contracting authority
one.1) Name and addresses
Serious Fraud Office
2-4 Cockspur Street
LONDON
SW1Y5BS
Contact
Daniel Fagan
Telephone
+44 2072397272
Country
United Kingdom
Region code
UKI32 - Westminster
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sfo.gov.uk/publications/case-management-system-procurement/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sfo.gov.uk/publications/case-management-system-procurement/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Law Enforcement (Investigation & Prosecution)
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Serious Fraud Office - Case Management System Tender
Reference number
SFO-CMS-P24
two.1.2) Main CPV code
- 48311100 - Document management system
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Serious Fraud Office (SFO) is seeking to procure a Case Management System (CMS).
The SFO aims to acquire proven, 'off-the-shelf', cloud-based software, that is configurable and has sufficient flexibility to be adapted to suit our specialist needs.
Flexibility and adaptability will be crucial factors in deciding any winning bid. These qualities will permit SFO to maintain resilience against inevitable change, as the successful bid must represent a long-term solution that will continue to provide benefits and add value over time.
In order to ensure adequate conformance to our unique operational requirements, the SFO is looking to contract with a specialist provider active in the criminal justice marketplace, with experience of implementing similar products for public sector bodies.
The winning bidder will be responsible for the technical configuration and implementation of their solution, and must have the capacity and ability to deliver results on time and to budget.
As a result of the sensitivity of the cases we tackle, the SFO requires that any winning solution must be either deployed on a UK located cloud service, or compatible with an existing UK located cloud service. We cannot consider bids where this prerequisite is not met.
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The SFO intends to acquire and implement a Case Management System via this procurement.
The solution in question must be cloud-based, 'off the shelf', and of sufficient flexibility to be configurable to meet our specialist needs as an agency that both investigates and prosecutes complex economic and financial crime.
The procurement will acquire a long-term solution to meet this requirement, and the winning solution must therefore be iterative by design and nature, to future-proof the system and ensure it continues to add value and benefit to the business over the course of the contract's term.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The contract will have an extension clause.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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
Restricted 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
20 November 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 November 2024
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)
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.4) Procedures for review
six.4.1) Review body
High Court
London
Country
United Kingdom