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

RM1059 - Local Authority Software Applications

Prior information notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Government Procurement Service
Rosebery Court St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
Telephone: +44 3450103503
E-mail:

Internet address(es):

General address of the contracting authority: http://gps.cabinetoffice.gov.uk

Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

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

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Other: Public Procurement
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II.B: Object of the contract (Supplies or services)

II.1)Title attributed to the contract by the contracting authority:
RM1059 - Local Authority Software Applications
II.2)Type of contract and place of delivery or of performance
Service category No 7: Computer and related services
United Kingdom.

NUTS code UK

II.3)Information on framework agreement
II.4)Short description of nature and quantity or value of supplies or services:
This procurement is intended for the supply of software and related services that enables primarily Local Government organisations within the UK to deliver services to their citizens, such as Revenue and Benefits collection and payments and delivery of statutory functions such as Social Care, Planning, Environmental and Building Control and provision of Social Housing.
Suppliers will be required to provide software and related services, to include systems architecture, development, installation and commissioning of systems, ongoing support and maintenance and some related business process services, all in respect of core line of business functions.
This procurement is not intended for the supply of common commodity software such as office suite or security software or software applications that are common across the public sector such as ERP systems or CRM.
Estimated cost excluding VAT:
Range: between 100 000 000 and 500 000 000 GBP

Lots

This contract is divided into lots: yes
II.5)Common procurement vocabulary (CPV)

48100000, 38221000, 48000000, 48160000, 48211000, 48300000, 48326000, 48420000, 48444100, 48980000, 50324100, 64222000, 72000000, 72200000, 72210000, 72220000, 72250000, 72260000, 72300000, 72400000, 72500000, 75112000, 75120000, 79512000, 80533000, 90714100

II.6)Scheduled date for start of award procedures
II.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.8)Additional information:
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.

Information about lots

Title attributed to the contract by the contracting authority: Lot No: 1 Lot title: To be confirmed
1)Short description:
The Lot structure is likely to be centred around business areas or key functions within Local Authorities, for example Planning, Social Care or Housing.
2)Common procurement vocabulary (CPV)

48100000

3)Quantity or scope:
The Lot structure is likely to be centred around business areas or key functions within Local Authorities, for example Planning, Social Care or Housing. The Lot structure will form part of our discussions with suppliers and other stakeholders.
5)Additional information about lots:
The Lot structure is likely to be centred around business areas or key functions within Local Authorities, for example Planning, Social Care or Housing. The Lot structure will form part of our discussions with suppliers and other stakeholders.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.2)Conditions for participation
III.2.1)Information about reserved contracts

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:
Government Procurement Service is leading the procurement activity in partnership with Pro5, the London ICT Programme and the Local Government Association.
The above parties will hold a supplier day, which will be scheduled prior to issuing any subsequent Contract Notice, to brief suppliers on our intended activities and seek supplier feedback on these plans. Additionally it is intended that all interested parties will have the opportunity to provide input electronically if they are unable to attend the supplier event and that all presentations and outputs from the event will be made publically available.
This market engagement activity seeks to test and refine our requirements through further discussion with customers and suppliers.
The stated key intended outcomes are to;
Establish pricing for standard system specifications for use within key line of business functions;
Establish pricing for software support and maintenance services, disassociated from the original licence fee;
Facilitate improvements in governance and managing the performance of key national suppliers in these line of business systems;
Reduce the costs of buying and selling software in this market for both customers and suppliers;
Encourage innovation from suppliers who are able to align to the needs of customers which are: agile, open, digital service delivery.
It is envisaged that any resultant Framework Agreement will comprise multiple Lots. The exact structure will be determined following consultation with customers and suppliers and will be published in any subsequent Contract Notice.
The Contracting Authority considers that this opportunity may be suitable for economic operators that are Small or Medium Enterprises (SMEs). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
Any resultant framework agreement is anticipated to have an initial term of 2 years; with the option to extend by 2 further terms (with each further term being up to 1 year in duration). The maximum term of any resultant framework agreement is 4 years from date of contract award.
The duration of call-off contracts placed under any resultant framework agreement is expected to range to a maximum of 5 years with the option to extend by 2 further terms (with each further term being up to 1 year in duration). The extension options will enable a maximum call-off contract term of 7 years to be exercised only where there is a specific transition or business transformation need to be addressed.
The contract durations available under any resultant framework will form part of further market engagement and may be subject to change.
Each supplier that participates in the procurement exercise shall bear their own costs of responding to this PIN and any subsequent participation in the procurement process generally.
Suppliers should note that Government Procurement Service reserves the right to cancel this Notice at any stage and not proceed to formal procurement activity
To register your interest in this procurement and to be included in future communications and consultation relating to it, including attending the supplier event (date and location to be confirmed), please respond to the RFI via our e-Sourcing Suite. This RFI is an opportunity to provide nominated contact point(s) for further engagement and to influence the location of our supplier engagement event(s). In order to respond to the RFI you will need to have registered as a supplier using our e-Sourcing suite. To do this please follow the instructions below.
This Market Engagement will be managed electronically via the Government Procurement Service's e-Sourcing Suite. To participate in this Market Engagement, participants must first be registered on the e-Sourcing Suite.

If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at:

http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender

Note that, by registering for the eSourcing Suite in this way, you will then be in a position to express an interest in any future procurements run by Government Procurement Service.

Once you have registered on the eSourcing Suite, a registered user can request access to the Market Engagement. This is done by emailing: and quoting the reference "Local Authority Software Applications RFI".

Your email must clearly state: the name and reference for the Market Engagement; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Government Procurement Service will process the email and then enable the supplier to access the Market Engagement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.

For technical assistance on use of the e-Sourcing Suite please contact the Government Procurement Service Helpdesk: Freephone: +44 3450103503 or Email:

VI.3)Information on general regulatory framework
Relevant governmental Internet sites where information can be obtained
Tax legislation http://www.hmrc.gov.uk/thelibrary/legislation.htm
Environmental protection legislation http://www.legislation.gov.uk/ukpga/1990/43/contents
Employment protection and working conditions http://www.direct.gov.uk/en/Employment/Employees/index.htm
VI.4)Date of dispatch of this notice:
26.7.2013