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

London Counter Fraud Hub.

  • First published: 30 September 2015
  • Last modified: 30 September 2015

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)

Contents

Summary

OCID:
Published by:
London Borough of Ealing
Authority ID:
AA21566
Publication date:
30 September 2015
Deadline date:
26 October 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The London Borough of Ealing (the ‘Lead Authority’) is seeking to develop a pan-London data analytics and investigation hub (the ‘Hub’) for the purposes of detecting and preventing fraud on a payment-by-results commercial basis.

The Lead Authority is conducting a joint procurement under regulation 38 of the Public Contracts Regulations 2015. The potential participating contracting authorities (the ‘Potential Participating Authorities’) are the 32 London Local Authorities and the City of London Corporation (see http://www.directory.londoncouncils.gov.uk for list of members) and also the G15 group of Housing Associations (see http://g15london.org.uk for list of members). It is envisaged that local authorities and housing associations outside of London will also be able to join the contract at a later date.

The purpose of this joint procurement is to award a contract (the ‘Contract’) to a contractor (the ‘Contractor’) for the provision of the Hub. The successful provider will carry out services related to the operational running of the hub in line with the specification including the supply and management of all related technology. The contracting authority will take responsibility for strategic direction setting, governance and contract management only.

A Potential Participating Authority may opt to join the Hub (a ‘Participating Authority’) and to receive services from the Contractor at any time during the term of the Contract (which may be for up to 9 years — see section II.2.2) for more details regarding the duration of the Contract).

Each Participating Authority will be a party to the same Contract (i.e. there will be a single contract with the Contractor) regardless of the point in time that the Participating Authority joins the Hub. For the avoidance of doubt, the Contract is not a framework agreement.

The overarching objectives of the Hub are to increase both fraud detection and fraud prevention. Data will be entered into the Hub from Participating Authorities and third parties via an automated process. Enquiries from Participating Authority fraud investigators and data regarding applications for services or benefits from Participating Authorities (e.g. social housing, single person discount, etc) will also be entered into the Hub. The master data will be held in the Hub and continually updated.

Participating Authorities will maintain ownership of data and may opt in to a data cleansing service. Using advanced analytics, the Hub will produce information to detect and prevent fraud (e.g. identify cases, produce risk profiles, etc.). It will also process enquiries received from the Participating Authorities' fraud investigators and screen applications.

It is expected that the Hub will integrate with the datasets of any of the Participating Authorities. Such datasets will or may include (but not be limited to) the following datasets:

— elections;

— revenues;

— housing benefits;

— housing;

— customer relationship management;

— planning;

— parking;

— social care;

— freedom passes;

— finance;

— debtors;

— payments;

— careworks;

— planning;

— geographic information systems;

— human resources;

— environmental services;

— environmental health;

— education; and

— any such other dataset that a Participating Authority specifies from time to time.

The Hub will also provide an investigations and recoveries service in order to pursue cases identified that are deemed appropriate for this service by the Participating Authorities or by an independent panel comprised of representatives of the Participating Authorities. This service will take individual cases through an investigations process and will lead on the recovery of revenues on behalf of the Participating Authorities.

This Contract will be procured using the Competitive Dialogue procedure.

Please note t

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


London Borough of Ealing

Perceval House, 14-16 Uxbridge Road, Ealing

London

W5 2HL

UK

https://www.londontenders.org/procontract/supplier.nsf

Ian O'Donnell




http://www.ealing.gov.uk

http://www.ealing.gov.uk/info/200095/tenders_and_contracts

https://www.londontenders.org/procontract/supplier.nsf

https://www.londontenders.org/procontract/supplier.nsf
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Yes

Please see section II.1.5) for list of contracting authorities

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

London Counter Fraud Hub.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

9

II.1.2)

Main site or location of works, place of delivery or performance



UKI

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The London Borough of Ealing (the ‘Lead Authority’) is seeking to develop a pan-London data analytics and investigation hub (the ‘Hub’) for the purposes of detecting and preventing fraud on a payment-by-results commercial basis.

The Lead Authority is conducting a joint procurement under regulation 38 of the Public Contracts Regulations 2015. The potential participating contracting authorities (the ‘Potential Participating Authorities’) are the 32 London Local Authorities and the City of London Corporation (see http://www.directory.londoncouncils.gov.uk for list of members) and also the G15 group of Housing Associations (see http://g15london.org.uk for list of members). It is envisaged that local authorities and housing associations outside of London will also be able to join the contract at a later date.

The purpose of this joint procurement is to award a contract (the ‘Contract’) to a contractor (the ‘Contractor’) for the provision of the Hub. The successful provider will carry out services related to the operational running of the hub in line with the specification including the supply and management of all related technology. The contracting authority will take responsibility for strategic direction setting, governance and contract management only.

A Potential Participating Authority may opt to join the Hub (a ‘Participating Authority’) and to receive services from the Contractor at any time during the term of the Contract (which may be for up to 9 years — see section II.2.2) for more details regarding the duration of the Contract).

Each Participating Authority will be a party to the same Contract (i.e. there will be a single contract with the Contractor) regardless of the point in time that the Participating Authority joins the Hub. For the avoidance of doubt, the Contract is not a framework agreement.

The overarching objectives of the Hub are to increase both fraud detection and fraud prevention. Data will be entered into the Hub from Participating Authorities and third parties via an automated process. Enquiries from Participating Authority fraud investigators and data regarding applications for services or benefits from Participating Authorities (e.g. social housing, single person discount, etc) will also be entered into the Hub. The master data will be held in the Hub and continually updated.

Participating Authorities will maintain ownership of data and may opt in to a data cleansing service. Using advanced analytics, the Hub will produce information to detect and prevent fraud (e.g. identify cases, produce risk profiles, etc.). It will also process enquiries received from the Participating Authorities' fraud investigators and screen applications.

It is expected that the Hub will integrate with the datasets of any of the Participating Authorities. Such datasets will or may include (but not be limited to) the following datasets:

— elections;

— revenues;

— housing benefits;

— housing;

— customer relationship management;

— planning;

— parking;

— social care;

— freedom passes;

— finance;

— debtors;

— payments;

— careworks;

— planning;

— geographic information systems;

— human resources;

— environmental services;

— environmental health;

— education; and

— any such other dataset that a Participating Authority specifies from time to time.

The Hub will also provide an investigations and recoveries service in order to pursue cases identified that are deemed appropriate for this service by the Participating Authorities or by an independent panel comprised of representatives of the Participating Authorities. This service will take individual cases through an investigations process and will lead on the recovery of revenues on behalf of the Participating Authorities.

This Contract will be procured using the Competitive Dialogue procedure.

Please note that all queries relating to this Contract must be sent via the discussions forum of the London Tenders Portal (https://www.londontenders.org/procontract/supplier.nsf). Queries raised via any other means will not be responded to.

All submissions must be made by the London Tenders Portal. Full information and the procurement documents will be accessible once you have registered your interest via the portal (https://www.londontenders.org/procontract/supplier.nsf).

The deadline for submission of Pre-Qualification Questionnaires is 16:00 on 26.10.2015.

II.1.6)

Common Procurement Vocabulary (CPV)

79212100
79720000
48610000
79212400

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The contract value has been estimated as ranging between 5 000 000 GBP and 20 000 000 GBP in value over the contract lifetime. This contract value has been generated through:

— Estimating the annual saving per organisation (covering the 32 London Local Authorities and the City of London Corporation and also the G15 group of Housing Associations);

— Estimating a percentage return to the provider under a payment by results model;

— Applying a low and high ‘scenario’ in terms of participation of organisations.

Participation in London has been facilitated by London Councils through the Regional Improvement and Efficiency Partnership, Capital Ambition. We estimate that each additional RIEP's involvement will increase the value of the contract by approximately the same value as that estimated for the London authorities.

These figures should be treated as guidance only and actual values will depend on the commercial model designed by the Hub provider and the operation of the Hub on an on-going basis.

5 000 00020 000 000
GBP

II.2.2)

Options

It is expected that a single contract will be awarded for up to a total period of 9 years, although the exact breakdown of the contract length structure will form part of the dialogue stage. The maximum contract value is therefore 9 years.

Provisional timetable for recourse to these options

0

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

0

II.3)

Duration of the contract or limit for completion

108

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The Lead Authority reserves the right to request for any deposits, guarantees, bonds and insurances as it deems appropriate.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

All payments made under the contract must be in Pounds Sterling. The Lead Authority will normally settle invoices within 30 days of receipt.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

The Lead Authority reserves the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability or to require that each contractor undertakes joint and several liability.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The performance of the contract is subject to particular conditions as outlined in the procurement and contract documents.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Prospective bidders will be required to complete a PQQ, part of which will include information about their personal situation and circumstances.

III.2.2)

Economic and financial capacity


Prospective bidders will be required to complete a PQQ part of which will include information on their economic and financial ability.



(a) The economic operators' credit rating is an important deciding factor in the assessment;

(b) For the avoidance of doubt, if an organisation's economic and financial standing is deemed not satisfactory, this will be equivalent to a ‘Fail’ and the organisation shall be excluded from further participation in the procurement;

(c) Where the Authority has specified a minimum level of economic and financial standing and/or a minimum financial threshold within the evaluation criteria, the economic operators shall self-certify by answering ‘Yes’ or ‘No’ that they meet the requirements set out therein.


III.2.3)

Technical capacity


Prospective bidders will be required to complete a PQQ part of which will include information on their technical and professional ability/capacity.



In accordance with the pre-qualification references shall be taken up as part of the selection process. The Authority reserves the right to consult further with the economic operators' nominated referees.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Unchecked box
Unchecked box Checked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

3

Objective criteria for choosing the limited number of candidates

Criteria for selection of candidates are as per the Pre-Qualification Questionnaire. It is anticipated that up to 5 companies will be invited to participate in the dialogue although, subject to the quality of submissions and standards of competence across the spectrum of tenderers, the Lead Authority reserves the right to vary the final numbers shortlisted whilst ensuring at all times an open, fair and transparent procedure that generates genuine competition between bidding organisations and maximises value for money for the Participating Authorities. Candidates should nevertheless be aware that, in issuing the PQQ, the Lead Authority is not making a commitment to award a contract as a result of the procurement process, and is under no express or implied obligation to invite tenders from any or all of the companies which respond to this PQQ.The Lead Authority reserves the right to reduce number of candidates by applying award criteria during they dialogue phase of the procurement and to terminate the procurement process at any given time.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

1112

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 26-10-2015  16:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 26-10-2015  16:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 26-10-2015  16:00

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


The Contracting Authority




UK




Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

In accordance with the Public Contracts Regulations 2015.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 25-09-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



London Borough of Ealing

Perceval House, 14-16 Uxbridge Road, Ealing

London

W5 2HL

UK

https://www.londontenders.org/procontract/supplier.nsf

Ian O'Donnell



II)

Address and contact points from which specifications and additional documentation may be obtained



London Borough of Ealing

Perceval House, 14-16 Uxbridge Road, Ealing

London

W5 2HL

UK

https://www.londontenders.org/procontract/supplier.nsf

Ian O'Donnell



III)

Address and contact points to which Tenders/Requests to Participate must be sent



London Borough of Ealing

Perceval House, 14-16 Uxbridge Road, Ealing

London

W5 2HL

UK

https://www.londontenders.org/procontract/supplier.nsf

Ian O'Donnell



Coding

Commodity categories

ID Title Parent category
48610000 Database systems Database and operating software package
79212100 Financial auditing services Auditing services
79212400 Fraud audit services Auditing services
79720000 Investigation services Investigation and security 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:
N/a
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.