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
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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 authorityLondon 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 contract9 |
II.1.2)
|
Main site or location of works, place of delivery or performance
UKI |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
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 scopeThe 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)
|
OptionsIt 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 options0 |
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts0 |
II.3)
|
Duration of the contract or limit for completion108 |
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
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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 participate3 |
|
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
|
|
|
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
|
|
|
|
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
|
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 |
|
|
|
|
|