Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityEconomic and financial affairs
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Procurement and Implementation of a Data Quality Tool
Reference number: ten_416
II.1.2)Main CPV code48000000 Software package and information systems
II.1.3)Type of contractSupplies
II.1.4)Short description:
The Financial Ombudsman Service is looking for a supplier who can provide and successfully implement a data quality tool.
II.1.5)Estimated total valueValue excluding VAT: 750 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)48422000 Software package suites
48613000 Electronic data management (EDM)
II.2.3)Place of performanceNUTS code: UKI LONDON
II.2.4)Description of the procurement:
The Financial Ombudsman Service is looking to award a 3-year contract with the option to extend for a further 2 years in annual increments. For the procurement, implementation and maintenance of a data quality solution (tool). The solution must have the following functionality (but not limited to):
(a) profile data which is the examination and analysis of data;
(b) discover, quantify and prioritise data quality issues;
(c) identify duplicate records;
(d) cleanse, enhance and validate data;
(e) monitor data quality across all the Ombudsman’s systems;
(f) report on the quality of data through dashboards, operational alerts and data quality reports;
(g) manage a data glossary, data lineage and data models (solution dependent);
(h) undertake data governance functions such as ensuring the availability, usability, integrity and security of the data to be effective.
On-going maintenance throughout the term of the contract will include annual licensing and all relevant system and technical support.
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: 750 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
A 3-year contract with the option to extend for a further 2 years in annual increments.
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.1.2)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.2)Conditions related to the contract
III.2.2)Contract performance conditions:
As stated within the draft terms and conditions as issued with the procurement documents.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 10/01/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 10/01/2020
Local time: 16:00
Place:
Exchange Tower, Harbour Exchange Square, South Quay, London, E14 9GE.
Information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Financial Ombudsman Service
Town: London
Postal code: E14 9GE
Country: United Kingdom
VI.5)Date of dispatch of this notice:29/11/2019