Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  The Mayor and Commonalty and Citizens of the City of London
  City of London Corporation, Guildhall, PO Box 270
  London
  EC2P 2EJ
  UK
  
            Telephone: +44 2076063030
  
            E-mail: loredana.sandu@cityoflondon.gov.uk
  
            NUTS: UKI
  Internet address(es)
  
              Main address: https://www.cityoflondon.gov.uk
  
              Address of the buyer profile: https://cityoflondon.ukp.app.jaggaer.com
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://cityoflondon.ukp.app.jaggaer.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://cityoflondon.ukp.app.jaggaer.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Connect to Work Programme - CRM Software as a Service
            Reference number: prj_12
  II.1.2) Main CPV code
  48445000
 
  II.1.3) Type of contract
  Supplies
  II.1.4) Short description
  The City of London Corporation is looking to establish an agreement for the provision of a CRM Software as a Service (SaaS) as part of the Department for Work and Pensions Connect to Work Programme.
  The duration of the contract is 5 years only.
  II.1.5) Estimated total value
  Value excluding VAT: 
			500 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    48000000
    48510000
    72212445
    II.2.3) Place of performance
    NUTS code:
    UKI
    II.2.4) Description of the procurement
    The Department for Work and Pensions (DWP) is launching Connect to Work programme (formerly known as Universal Support), an employment programme aimed at assisting disabled individuals and unemployed people with complex needs in securing employment. 
    Central London Forward (CLF), hosted by the City of London Corporation, has been appointed as the accountable body for the Connect to Work programme in central London.
    CLF is a strategic sub-regional partnership encompassing the local authorities of: Camden Council, City of London Corporation, Hackney Council, Haringey Council, Islington Council, Royal Borough of Kensington and Chelsea, Lambeth Council, Lewisham Council, Southwark Council, Tower Hamlets Council, Wandsworth Council, Westminster City Council.  
    To effectively manage contract delivery in line with DWP requirements, there is a need for a Customer Relationship Management (CRM) System to be shared with all delivery partners. The system must capture the end-to-end customer journey and meet all Management Information (MI) requirements as outlined in the Grant Guidance. 
    The duration of the agreement is 5 years only.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			500 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 60
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.2) Economic and financial standing
  Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              24/02/2025
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.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)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              24/02/2025
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system https://cityoflondon.ukp.app.jaggaer.com. Suppliers will need to register an interest on the system in order to participate and registration is free.
Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below. The estimated total value of the contract is stated in sections II.1.5) and II.2.6) of this notice and is exclusive of VAT and for the entire duration together with all potential future needs as described within the tender documents.
The procurement is being run as a one stage process under the open procedure and therefore, if your organisation would like to participate in this tender exercise, it can do so by completing and returning the Qualification Envelope and the Invitation To Tender (ITT) questionnaire which can be found on the City's e-procurement portal at: www.capitalesourcing.com with the Reference number: prj_12 or itt_9.
Organisations must submit their completed Qualification Envelope and Invitation to Tender (ITT) questionnaire together with any supporting documents, via the system by the return deadline in order to participate and registration is free. Qualification envelopes and Invitation to Tender (ITT) questionnaires cannot be uploaded after the return deadline.
The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Qualification Envelopes and Invitation to Tender (ITT) questionnaires. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.
The procurement process that will apply to the requirement is specified in the procurement documents accordingly.
VI.4) Procedures for review
  VI.4.1) Review body
  
    High Court of England and Wales
    Royal Courts of Justice, The Strand
    London
    WC2A 2LL
    UK
    
            Telephone: +44 2079476000
   
  VI.4.2) Body responsible for mediation procedures
  
    High Court of England and Wales
    Royal Courts of Justice, The Strand
    London
    WC2A 2LL
    UK
    
            Telephone: +44 2079476000
   
  VI.4.4) Service from which information about the review procedure may be obtained
  
    High Court of England and Wales
    Royal Courts of Justice, The Strand
    London
    WC2A 2LL
    UK
    
            Telephone: +44 2079476000
   
 
VI.5) Date of dispatch of this notice
23/01/2025