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

This procurement is one of the programmes under the wider London Athena Programme, a pan Londoninitiative to ensure procurement benefits are available across London.The Council, the London Borough of Hammersmith and Fulham, and the Royal Borough of ...

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Westminster City Council
64 Victoria Street
SW1E 6QP London
UNITED KINGDOM
E-mail:

Internet address(es):

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

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: yes

London Borough of Waltham Forest
Waltham Forest Town Hall, Forest Road
E17 4JF London
UNITED KINGDOM

London Borough of Tower Hamlets
Mulberry Place, 5 Clove Cresent
E14 2BG London
UNITED KINGDOM

London Borough of Sutton
St Nicholas Way
SM1 1EA London
UNITED KINGDOM

London Borough of Southwark
160 Tooley Street
SE1 2QH London
UNITED KINGDOM

The Royal Borough of Kingston upon Thames
High Street, Kingston upon Thames
KT1 1 EU London
UNITED KINGDOM

The Royal Borough of Kensington and Chelsea
Hornton Street
W8 7NX London
UNITED KINGDOM

London Borough of Richmond upon Thames
Civic Centre, 44 York Street, Twickenham
TW1 3BZ London
UNITED KINGDOM

London Borough of Newham
Newham Dockside, 1000 Dockside Road
E16 2QU London
UNITED KINGDOM

London Borough of Islington
222 Upper Street
N1 1 XR London
UNITED KINGDOM

London Borough of Hounslow
Civic Centre, Lampton Road, Hounslow
TW3 4DN London
UNITED KINGDOM

London Borough of Hammersmith and Fulham
King Street, Hammersmith
W6 9JU London
UNITED KINGDOM

London Borough of Hackney
Mare Street
E8 1EA London
UNITED KINGDOM

London Borough of Ealing
Perceval House, 14 - 16 Uxbridge Road, Ealing
W5 2 HL London
UNITED KINGDOM

City of London Corporation
Guildhall, PO Box 270
EC2P 2EJ London
UNITED KINGDOM

London Borough of Camden
Judd Street
WC1H 9JE London
UNITED KINGDOM

London Borough of Bromley
Stockwell close, Bromley
BR1 3UH London
UNITED KINGDOM

London Borough of Hillingdon
High Street, Uxbridge, Middlesex
UB8 1UW London
UNITED KINGDOM

London Borough of Wandsworth
Wandsworth High Street
SW18 2PU London
UNITED KINGDOM

London Borough of Bexley
Bexley Civic Offices, Broadway, Bexleyheath, Kent
DA6 7LB London
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Pan London back-office services programme.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
NUTS code
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
This procurement is one of the programmes under the wider London Athena Programme, a pan Londoninitiative to ensure procurement benefits are available across London.
The Council, the London Borough of Hammersmith and Fulham, and the Royal Borough of Kensington andChelsea ("the Tri-Borough Authorities") have aligned themselves as strategic partners and have embarked on anumber of different activities to streamline services and deliver savings. These activities include a programmeof work looking at an outsourced service (including the hosting and where applicable the processing oftransactions) of the back-office services which are the subject of this notice, namely, finance and procurement,HR and payroll, e-Sourcing, property asset data management and business intelligence ("back-officeservices").
The Council is undertaking this procurement on behalf of itself and each of the other Tri-Borough Authoritiesand the following London Borough Councils: Bexley; Bromley; Camden; City of London Corporation; Ealing;Hackney; Hammersmith and Fulham; Hillingdon; Hounslow; Islington; Kensington and Chelsea; Kingston uponThames; Newham; Richmond upon Thames; Southwark; Sutton; Tower Hamlets; Waltham Forest; Wandsworth,JVC (as defined below), any arms' length management organisations, subsidiaries or other companies orbusinesses under the control or influence of any of the aforementioned London Boroughs and any Schoolswithin the control of any of the aforementioned London Boroughs (each a "participating authority"). The Councilwill enter into the Framework on behalf of itself and each of the other participating authorities.
Currently the Council and the other participating authorities each use a variety of service providers to supplydifferent parts of their respective back-office services. Some are run and managed in-house, others areexternally hosted and managed in-house or hosted and managed externally, and some are a combination ofthese methods. This means that the requirements of each of the Council and the other participating authoritiesunder the framework may vary. Some may issue call-off contracts under each Lot and some may not. Interestedservice providers should note that it is intended that within a lot, the participating authorities will select whichservices within that Lot they require and that in respect of each lot not all services may be required by theCouncil or any other participating authority. The participating authorities will require service providers to beflexible to allow participating authorities to call off (by way of example) self-managed services initially with anoption to transition to a fully managed service solution during the call off contract duration. The Council and theother participating authorities may also issue call-off contracts at different times during the life of the framework,including during the last year of the term of the framework for the reasons set out in II.1.4 above. Interestedservice providers should note that there is no guarantee that any call-off contracts will be awarded by theCouncil or any other participating authority under the framework.
Some of the participating authorities may in future set up a corporate joint venture ("JVC") which may procureservices under and/or manage the Framework. The JVC may be established prior to the award of or during thelife of the framework. However, no firm commitment is given to this option at this stage.
The framework will consist of 4 lots ("lots"). Only one successful service provider will be appointed to each lotand each successful service provider will enter into a framework agreement in respect of the Lot(s) awarded toit. Interested service providers will be invited to bid for one or more lots. They are:
Lot 1 - finance and procurement and human resources and payroll (estimated minimum annual contract value 5000 000 GBP (five million GBP)).
Lot 2 - e-Sourcing (estimated minimum annual contract value 100 000 GBP (one hundred thousand GBP)).
Lot 3 - property asset data management (estimated minimum annual contract value 100 000 GBP (one hundredthousand GBP)); and
Lot 4 - business intelligence (estimated minimum annual contract value 150 000 GBP (one hundred and fiftythousand GBP)).
("Lots").
More detail regarding each of the lots can be found in Annex B and the PQQ.
The requirement is for back-office services that are delivered on time, pertinent and provide up to dateinformation. The successful service provider in each lot will need to support the transition of the relevantparticipating authorities receiving back-office services under that lot to a set of common processes and deliverthe support function(s) and it may involve the successful service provider investing in the service delivery. Theaim is not to provide merely outsourced technology but for the successful service provider(s) to demonstratethat the underpinning technology ensures that the Council and the other Participating Authorities receive:
- Streamlined back-office services,
- Improved process efficiency and cost-effectiveness,
- Capacity for self-service by internal customers,
- Improved efficient and effective reporting, analytics and information,
- Identified and delivered savings; and
- Quality of service.
II.1.5)Common procurement vocabulary (CPV)

72000000, 72222300, 72253000, 72316000, 66172000, 72416000, 79631000, 72200000, 72212211, 72212217, 72212400, 72212421, 72212440, 72212441, 72212442, 72212443, 72212450, 72212451, 72212480, 72212482, 72212490, 72220000, 72222000, 72222100, 72222200, 72223000, 72224000, 72224100, 72224200, 72232000, 72320000, 72312000, 72312100, 79211000, 79211100, 79211110, 79211120, 79211200, 79342410, 79994000, 72322000, 72251000, 79414000, 48450000, 48440000, 48441000, 48442000, 48443000, 48444000, 48420000, 48421000, 48480000, 48470000, 48482000, 48812000, 66170000, 79600000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2012/S 12-019431 of 18.1.2012

Section V: Award of contract

Lot No: 1 - Lot title: Finance and procurement and human resources and payroll
V.1)Date of contract award decision:
10.1.2013
V.2)Information about offers
Number of offers received: 2
Number of offers received by electronic means: 2
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

British Telecommunications Public Limited Company
81 Newgate Street
EC1A 7AJ London
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Lot No: 2 - Lot title: e-Sourcing
V.1)Date of contract award decision:
28.1.2013
V.2)Information about offers
Number of offers received: 2
Number of offers received by electronic means: 2
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

BravoSolution UK Limited
22-24 Ely Place
EC1N 6TE London
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Lot No: 3 - Lot title: Property asset data management
V.1)Date of contract award decision:
21.3.2013
V.2)Information about offers
Number of offers received: 1
Number of offers received by electronic means: 1
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

The Technology Forge Limited
4th Floor, Marshalls Mill, Marshall Street,
LS11 9YJ Leeds
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Lot No: 4 - Lot title: Business Intelligence
V.1)Date of contract award decision:
15.3.2013
V.2)Information about offers
Number of offers received: 1
Number of offers received by electronic means: 1
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Cognizant Technology Solutions UK Limited
1 Kingdom Street, Paddington Central
W2 6BD London
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
16.5.2013