Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Serious Fraud Office - Case Management System Tender

  • First published: 22 October 2024
  • Last modified: 22 October 2024
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04af92
Published by:
Serious Fraud Office
Authority ID:
AA86157
Publication date:
22 October 2024
Deadline date:
20 November 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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.4.1) Review body

High Court

London

UK

VI.5) Date of dispatch of this notice

21/10/2024

Coding

Commodity categories

ID Title Parent category
48311100 Document management system Document management software package
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
commercial@sfo.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.