Tender

Serious Fraud Office - Case Management System Tender

  • Serious Fraud Office

F02: Contract notice

Notice identifier: 2024/S 000-033922

Procurement identifier (OCID): ocds-h6vhtk-04af92

Published 21 October 2024, 12:00pm



Section one: Contracting authority

one.1) Name and addresses

Serious Fraud Office

2-4 Cockspur Street

LONDON

SW1Y5BS

Contact

Daniel Fagan

Email

commercial@sfo.gov.uk

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

https://www.sfo.gov.uk

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