By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Design, delivery and implementation of support service solutions to replace the existing legacy applications currently hosted on the Council’s mainframe.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Wolverhampton City Council
Civic Centre
Contact point(s): Shared Services Transformation Programme Team
For the attention of: Richard Hughes
WV1 1SH Wolverhampton
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.wolverhampton.gov.uk

Address of the buyer profile: http://www.blackcountrybusiness.co.uk/wolverhampton.aspx

Electronic access to information: http://www.blackcountrybusiness.co.uk/wolverhampton.aspx

Electronic submission of tenders and requests to participate: http://www.blackcountrybusiness.co.uk/wolverhampton.aspx

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Design, delivery and implementation of support service solutions to replace the existing legacy applications currently hosted on the Council’s mainframe.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Wolverhampton.

NUTS code UKG35

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Council wishes to contract for the design, delivery and implementation of support service solutions to replace the existing legacy applications currently hosted on the Council’s mainframe. The Council also wish to contract for the business change services to maximise the benefit from the delivered technology and to realise more effective and efficient operating models within the support functions and services as detailed below:
- Finance (including debt management).
- Procurement.
- HR.
- Payroll.
- Information Management.
Further details on the scope of these services may be found within the Prospectus provided.
The contractor will take full responsibility for the delivery of the complete solution and its required components as well as accountability for key areas detailed below (including but not limited to):
- Design, delivery, implementation, integration, transition, cutover and go-live for the solution (including specification and delivery of hardware if required).
- Business process improvement, business change and transition support for all support function business streams.
- Licence model for all components of the solution (and possible provision).
- Development and implementation of all interfaces involved.
- Data extracting, transforming and loading to a new solution (including cleanse, verification and validation).
- Delivery of optimal Management Information provision for an effective support function.
- Disaster recovery/ service restoration solution for the delivered solution.
- Any necessary hardware specification, procurement, installation, configuration and optimisation.
- Knowledge/Skills transfer to Council staff for long term support and in-house competency.
- Provision of to be agreed level of support from the contractor for the duration of the contract and potential on-going future process, configuration and technical changes to the solution.
A high level overview is currently contained within the Prospectus provided and detailed requirements will be shared at later stages of the procurement process.
The value of the contract is estimated at between 4 000 000 GBP and 6 000 000 GBP. The Council is looking to enter into a five-year contract with the selected supplier in order to deliver technology and business services.
The Council will have the option to extend (at its absolute discretion) the terms of the contract by two three-year periods should it decide that this is required to deliver business change.

Please note that you will need to either register or log-in to http://www.blackcountrybusiness.co.uk/Wolverhampton.aspx in order to view full details regarding this opportunity. The last date for accessing documents is 28.8.2012.

II.1.6)Common procurement vocabulary (CPV)

72000000, 72500000, 72600000, 72260000, 79400000, 72251000, 72300000, 72268000, 48000000, 48211000, 48217000, 48219300, 48412000, 48422000, 48440000, 48441000, 48442000, 48443000, 48444000, 48450000, 48482000, 48490000, 48517000, 48610000, 48613000, 48710000, 48810000, 48812000, 48900000, 48920000, 72211000, 72212000, 72212100, 72212440, 72212441, 72212442, 72212443, 72212450, 72212482, 72212517, 72212710, 72220000, 72221000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:

Full information is available via www.blackcountrybusiness.co.uk/Wolverhampton.aspx.

Estimated value excluding VAT:
Range: between 4 000 000,00 and 6 000 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: Option to extend contract for three years plus a further three years.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require deposits, guarantees, bonds, or other appropriate forms of security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be set out in the Invitation to Submit Outline Solutions and Invitation To Participate in Dialogue, during competitive dialogue, and/or the contractual documentation and will be developed throughout the competitive dialogue procedure.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Expressions of interest (through submission of a completed PQQ) in response to this contract notice may be submitted by a single bidder or a consortium. The Contracting Authority reserves the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes

Description of particular conditions: Available via www.blackcountrybusiness.co.uk/wolverhampton.

III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire available from the e-tendering portal referred to in Section I.1.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 and as set out in the prequalification questionnaire available from the e-tendering portal referred to in section I.1.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public ContractsRegulations 2006 and as set out in the pre-qualification questionnaire which is available from the e-tendering portal referred to in section 1.I.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5

Objective criteria for choosing the limited number of candidates: Available via www.blackcountrybusiness.co.uk/wolverhampton.

IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SSTP001
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2012/S 031-050074 of 15.2.2012

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 28.8.2012 - 13:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.8.2012 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
26.7.2012