Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Serious Fraud Office
2-4 Cockspur Street
LONDON
SW1Y5BS
UK
Contact person: Daniel Fagan
Telephone: +44 2072397272
E-mail: commercial@sfo.gov.uk
NUTS: UKI32
Internet address(es)
Main address: https://www.sfo.gov.uk
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sfo.gov.uk/publications/case-management-system-procurement/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Law Enforcement (Investigation & Prosecution)
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Serious Fraud Office - Case Management System Tender
Reference number: SFO-CMS-P24
II.1.2) Main CPV code
48311100
II.1.3) Type of contract
Supplies
II.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.
II.1.5) Estimated total value
Value excluding VAT:
8 000 000.00
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
II.2.3) Place of performance
NUTS code:
UKI
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
Restricted 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:
20/11/2024
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
27/11/2024
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)
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.4) Procedures for review
VI.5) Date of dispatch of this notice
21/10/2024