Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Application Lifecycle Management
Reference number: prj_1517
II.1.2)Main CPV code72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contractServices
II.1.4)Short description:
The requirements cover all potential application lifecycle management development work across the full scope of SWS application technologies. The following 5 separate areas have been identified in the business:
Digital services
Corporate system services
Assets and GIS services
Operational technology and telemetry services (OT&T)
Enterprise information management (EIM)
The objective of the tender is to select 15-20 ALM service providers who are capable of providing application technology assist, build, operate, transfer and turnkey services, so that SWS is able, at its election, to compete development work within a pool of pre-qualified service.
II.1.5)Estimated total valueValue excluding VAT: 50 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1: Digital Services
Lot 2: Corporate Services
Lot 3a: Asetts
Lot 3b: GIS
Lot 4: Operational Technology and Telemetry Services (OT&T)
Lot 5: Enterprise Information Management (EIM).
II.2)Description
II.2.2)Additional CPV code(s)72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
II.2.4)Description of the procurement:
The requirements cover all potential corporates application lifecycle management development work
Assist and transfer
Assist, build and transfer
Assist, build, operate and transfer
Turnkey solutions as required
Service providers will also:
Review and assess solutions as part of mini-competitions to meet business needs
Deliver proof of concept solutions to support business cases
Provide managed services of solutions, where applicable, to leverage economies of scale in resources.
Data services and cleansing activity on specified projects.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
An initial period of 4 years with option to renew for a period or periods, of up to 4 years (total 8 years).
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 4
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Pre-qualification stage will rank suppliers as per the criteria set out in the Instruction and Invitation To Tender (IITT).
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
II.2.4)Description of the procurement:
The requirements cover all potential digital application lifecycle management development work
Assist and transfer
Assist, build and Transfer
Assist, build, operate and transfer
Turnkey solutions as required
Service providers will also;
Review and assess solutions as part of mini-competitions to meet business needs
Deliver proof of concept solutions to support business cases
Provide managed services of solutions, where applicable, to leverage economies of scale in resources.
Data services and cleansing activity on specified projects.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 20 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
An initial period of 4 years with option to renew for a period or periods, of up to 4 years (total 8 years).
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 4
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Pre-qualification stage will rank suppliers as per the criteria set out in the Instruction and Invitation To Tender (IITT).
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:Lot No: 3 A and 3B
II.2.2)Additional CPV code(s)72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
II.2.4)Description of the procurement:
The requirements cover all potential assets and GIS application lifecycle management development work across the full scope of SWS application technologies.
Assist and transfer
Assist, build and transfer
Assist, build, operate and transfer
Turnkey solutions as required
Service providers will also:
Review and assess solutions as part of mini-competitions to meet business needs
Deliver proof of concept solutions to support business cases
Provide managed services of solutions, where applicable, to leverage economies of scale in resources.
Data services and cleansing activity on specified projects.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 10 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
An initial period of 4 years with option to renew for a period or periods, of up to 4 years (total 8 years).
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 4
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Pre-qualification stage will rank suppliers as per the criteria set out in the Instruction and Invitation To Tender (IITT).
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Operational Technology and Telemetry Services (OT&T)
Lot No: 4
II.2.2)Additional CPV code(s)72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
The requirements cover all potential operational technology and telemetry services application lifecycle management development work across the full scope of SWS application technologies.
Assist and transfer
Assist, build and transfer
Assist, build, operate and transfer
Turnkey solutions as required
Service providers will also:
Review and assess solutions as part of mini-competitions to meet business needs
Deliver proof of concept solutions to support business cases
Provide managed services of solutions, where applicable, to leverage economies of scale in resources.
Data services and cleansing activity on specified projects.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 10 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
An initial period of 4 years with option to renew for a period or periods, of up to 4 years (total 8 years).
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 4
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Pre-qualification stage will rank suppliers as per the criteria set out in the Instruction and Invitation To Tender (IITT).
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Enterprise Information Management (EIM)
Lot No: 5
II.2.2)Additional CPV code(s)72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
Main site or place of performance:
II.2.4)Description of the procurement:
The requirements cover all potential Enterprise Information Management (EIM) Application Lifecycle Management development work across the full scope of SWS application technologies below:
Assist and transfer
Assist, build and transfer
Assist, build, operate and transfer
Turnkey solutions as required
Service providers will also:
Review and assess solutions as part of mini-competitions to meet business needs
Deliver proof of concept solutions to support business cases
Provide managed services of solutions, where applicable, to leverage economies of scale in resources.
Data services and cleansing activity on specified projects.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 10 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
An initial period of 4 years with option to renew for a period or periods, of up to 4 years (total 8 years).
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 4
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Pre-qualification stage will rank suppliers as per the criteria set out in the Instruction and Invitation To Tender (IITT).
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
As described in the procurement documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.4)Objective rules and criteria for participationList and brief description of rules and criteria:
Shortlisting will conducted at PQQ stage and tenderers invited as detailed in the procurement documents.
III.1.6)Deposits and guarantees required: III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The successful partners, whether being a single contractor, prime contractor (which may be an existing company or special purpose vehicle) or consortium, will be required to be a single legal entity.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
As described in the procurement documents.
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract