Digital Business Partner for North Lanarkshire Council
Procurement of a Business Partner to support a Digital Transformation Programme.
United Kingdom-Motherwell: Business and management consultancy and related services
2018/S 020-041777
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
United Kingdom
Contact person: Gabrielle McElhinney
E-mail: McElhinneyG@northlan.gov.uk
NUTS code: UKM84
Internet address(es):Main address: http://www.northlanarkshire.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Digital Business Partner
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Procurement of a Business Partner to support a Digital Transformation Programme.
Background
The local government landscape is evolving at pace:
— demographic change is leading to increased & complex demand on services,
— new legislation is creating a greater focus on empowering communities to direct service provision & to self-support,
— our customers & employees have increasing desire & expectation to engage & work digitally, flexibly & mobile,
— continued budgetary pressures are impacting funding of Public Services.
There is a need for a significant & meaningful change in the way the Authority currently operates & delivers its services to adjust to this changing landscape.
At the same time, we see significant advances in disruptive technologies, i.e. ultra-fast broadband, artificial intelligence and next generation smart devices; these will become increasingly sophisticated in the future. These types of digital technology could unlock ways of delivering services radically different.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North Lanarkshire Authority Area.
II.2.4)Description of the procurement:
North Lanarkshire Council (the Authority) has ambition to become a digital pioneer in Scotland delivering better outcomes for people, communities & businesses of North Lanarkshire.
An outline business case was approved by the Authority with approval to initiate a full business case (FBC) and implementation programme for Digitising Council Services.
To achieve the ambitious vision & deliver services fit for the future, the Authority is seeking a Business Partner to support our ambitious Digital Transformation Programme (DTP), work hand-in-hand with the Authority, play a major role to assist delivery of this exciting transformational change. The programme will incorporate business, cultural & technology transformation.
The Business Partner will be required to provide knowledge, expertise, processes, methods, tools, people and capability.
The contractual relationship will have 2 distinct stages:
1) Detailed Design Stage, est.6-12 month duration:
(a) The initial Detailed Design Stage will have a set of distinct product outputs to be delivered including but not limited to a full detailed design and FBC.
2) Implementation Stage:
(a) The Implementation Stage will be achieved by splitting the implementation projects/activities into a set of smaller individual work packages (Statements of Work) that will be agreed and prioritised by the Authority, with defined product outputs to be delivered by the Business Partner.
The Authority will retain sole discretion as to whether the contract expires upon provision of the Detailed Design Stage distinct product outputs, or alternatively whether the contractual relationship continues to the provision by the successful bidder of the Implementation Stage product outputs.
The Business Partner should have recent significant & substantial experience of digital transformation, working with organisations of a similar nature, size and complexity of the Authority.
The Business Partner will take on the role of a “Business Integrator” with responsibility for strategy and direction of systems integration. It is anticipated during the programme the Business Partner will work alongside a “System Integrator” who will be accountable for the build and development of the solution(s) with oversight.
The Business Partner resource will be expected to work predominantly onsite in Motherwell as part of an integrated team alongside Authority staff.
Requirements of the Business Partner will include but not be limited to:
— provision of a detailed design & FBC for DTP,
— assisting with management & governance of business and technical digital transformation,
— support of business change with objective to realise significant benefits from the programme,
— provision of successful technology design, exploiting modern disruptive technologies as enablers,
— support of procurements, including, System Integrator, Technical vendors, Services and ICT systems (compliant with the legislative rules and regulations of Public Procurement),
— management of Systems Integrator & Technical vendors to develop and build a successful, cohesive architecture to support digital business transformation.
Aims are to deliver a new service model & new digital platform for the Authority:
— a new business service model that removes duplication & fragmentation through consolidation of common activity/processes, and diverts unwarranted demand away from costly services,
— a new corporate approach to delivery of its service through a digital transformation and streamlined end-to-end processes,
— a new corporate Cloud & Digital platform and technology approach as an enabler of business transformation, outcomes and benefits for improved customer experience.
A core measure of success for the implementation programme will be the ability to enable the Authority to grow and sustain success for the next 5-15 year period. The Authority hopes much of the changes will be delivered by years 3-5. Changes can be scaled up/down depending on Authority priorities & need.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authority requires the option to extend for a further two (2) twelve (12) month periods to maintain the same partnership and provide continuity for the Digital Transformation programme.
II.2.9)Information about the limits on the number of candidates to be invited
Selection Stage:
Statements for the specific requirements and the minimum standards can be found within Section III.1.1, III.1.2 and III.3 of this Contract Notice.
Bidders must achieve a Pass on all minimum standards:
1) Part IV Selection Criteria, Section “B Economic and Financial Standing”. Bidders must respond to ESPD Questions 4B.1.2, 4B.5.1, 4B.5.2, and 4B.6. Responses will be evaluated as follows:
(a) Pass = response is compliant with the minimum standard stated in the Contract Notice section III.1.2) Economic and financial standing;
(b) Fail = response is not compliant with the minimum standard stated in the Contract Notice section III.1.2) Economic and financial standing.
2) Part IV Selection Criteria, Section “C Technical and Professional Ability”. Bidders must respond to ESPD Questions 4C.1.2, and 4C.10. Responses to question 4C.1.2 for technical and professional ability will be scored by an evaluation panel. Response to 4C.10 will not be evaluated. Bidders must achieve an average weighted score of 60 to pass Question 4C.1.2; if the average score is below 60, this will be deemed a Failure to meet the Authority’s minimum standard for technical and professional Ability.
Evaluation on responses to Question 4C.1.2 will be conducted using the following scoring convention:
Score – Definition:
1) 100 Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides comprehensive evidence and full assurance that the candidate fully meets the required standard in this selection criterion;
2) 90 Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of what is required in respect of this selection criterion, and provides convincing evidence of their capacity/ability/experience in this area;
3) 80 Response is highly relevant. Detailed response demonstrates a thorough understanding of the selection criterion and provides a high level of detail as to their capacity/ability/experience in this area;
4) 70 Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding of the selection criterion and provides evidence of a reliable level of capacity/ability/experience in this area;
5) 60 Response is substantially relevant and acceptable and demonstrates a broad understanding of the selection criterion to a satisfactory depth but evidence of capacity/ability/experience in this area could have been more detailed;
6) 50 Response is at least 50 % relevant and acceptable. The response demonstrates an understanding of the selection criterion but lacks detail of evidence of capacity/ability/experience in this area;
7) 40 Response is partially relevant but evidence presented is not sufficiently detailed to demonstrate a reliable level of capacity/ability/experience in this area. There is a lack of depth of detail or understanding in many areas;
8) 30 Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited evidence as to the candidate’s capacity/ability/experience in this area;
9) 20 Response demonstrates a lack of understanding and little pertinent limited evidence as to the candidate’s capacity/ability/experience in this area;
10) 10 Response demonstrates little evidence of the candidate’s understanding or explanation of the candidate’s capacity/ability/experience in this area;
11) 0 Nil/irrelevant response.
The following Question weightings apply: 4C.1.2 100 %; Example 1 70 %, Example 2 30 %.
Subject to achieving a pass for all minimum standards (aforementioned here in II.2.9), Bidders will be ranked by weighted score achieved against Part IV Selection Criteria, Section “C Technical and Professional Ability” Question 4C.1.2. Invitation to tender will be made to those with the highest scores. A maximum of 5 Bidders will be invited to tender (the minimum is 3).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Please be aware of the exclusion grounds:
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Minimum Standard:
4A.1: If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
III.1.2)Economic and financial standing
Bidders must respond to ESPD Questions 4B.1.2, 4B.5.1, 4B.5.2, and 4B.6.
The Authority reserves the right to request copies of insurance certificates which are not held electronically.
4B.1.2: Bidders will be required to have an average yearly turnover of a minimum of 6,000,000 GBP for the last three (3) years.
4B.5.1, 4B.5.2: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10,000,000 GBP.
Public Liability Insurance = 5,000,000 GBP.
Professional Indemnity Insurance = 5,000,000 GBP.
http://www.hse.gov.uk/pubns/hse40.pdf
4B.6: Concerning any other economic or financial requirements, that may have been specified in the relevant Contract Notice, the bidder declares that: It has an Equifax Score Check Grade of “C” (Higher than average score) or above.
It is recommended that Bidders review their own Equifax Score Check Grade in advance of returning their Bidders Submission. If, following this review, Bidders consider that the Equifax Score Check Grade does not reflect their current financial status; the Bidder should attach a document to this section giving a detailed explanation, together with any relevant supporting independent evidence. The Authority will review any such information as part of the evaluation of Bidder’s financial status.
here the Bidder is under no obligation to publish accounts and therefore does not have a Equifax Score Check Grade or equivalent rating, they must provide their audited financial accounts for the previous two years as part of their Bidders Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract or contracts of this size. This assessment will consider whether or not the there is any significant financial risk identified.
Where a consortium bid is received, the Equifax Score Check Grade of each consortium member shall be assessed.
Where the Bidder is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum financial turnover requirements or Equifax Score Check Grade or equivalent rating as a company, they must provide as part of their submission, written confirmation from an authorised signatory of the parent company, that a parent company guarantee will be provided within two weeks of request. The parent company must meet the minimum financial requirements as assessed by the Authority.
III.1.3)Technical and professional ability
Bidders must respond to ESPD Questions 4C.1.2 and 4C.10.
.
Response to 4C.10 will not be evaluated.
.
No questions from Section D of the ESPD (Scotland) (Quality assurance schemes and environmental standards) will be used, so no statements for those questions are listed in this Contract Notice.
4C.1.2: Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
(For evaluation, EXAMPLE 1 is weighted 70 %, Example 2 is weighted 30 %).
4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
If the bidder relies on the capacities of any other entity and/or if the bidder has decided to subcontract a part of the contract and relies on the subcontractor’s capacities to perform that part of the Contract, then a separate ESPD for this entity/subcontractor must be completed for sections:
Part II Information concerning the bidder:
1) Information about the bidder;
2) Information about representatives of the bidder.
Part III Exclusions Grounds:
1) Grounds Relating to Criminal Convictions;
2) Grounds Relating to the payment of taxes or social security contributions;
3) Blacklisting;
4) Grounds Relating to insolvency, conflicts of interests or professional misconduct.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 9858. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information, see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community Benefits are included in this requirement. For more information, see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The following Community Benefit initiatives will be explored through the tender exercise and evaluated as part of tender proposals:
— Targeted Recruitment and Training: tenderers may propose individual and young people training, jobs and work experience,
— Supply Chain Initiatives (for local, SMEs, Social Enterprises and Voluntary Sector): tenderers may propose to offer local companies opportunities to provide goods and/or services to support the contract,
— Community Consultation: tenderer may propose to give local community an opportunity to express an opinion and possibly influence the design and delivery of a project or service in an area, such as consideration of community-based digital access hubs instead of first stop shops,
— Young Person Engagement: tenderers may propose to give young people in the area an opportunity to engage in various aspects of the contract, particularly where project may affect the area they live in. The engagement can range from young people learning about a project to giving them the opportunity to shape and influence a project thus giving them more say in and connection to the future of their area. Tenderers may also propose to run sessions in the Authority’s schools around Digital and Digital technologies,
— Social Enterprise: tenderers may propose to work with a social enterprise to deliver on part of the contract,
— Community Endowment Fund/Development Trust: tenderers may propose a financial sum to be made available to implement projects that the community considers to be a priority. This often ensures ownership, participation and support at a very local level,
— Local Events: tenderers may propose local ownership of a project or service,
— Local Sponsorship: tenderers may propose sponsorship to organisations within the Authority area,
— Mentoring: tenderers may propose (as part of their corporate responsibility activity) support and guidance to local organisations and individuals, such as support to the wider SME digital businesses in North Lanarkshire through seminars and workshops.
(SC Ref:522663).
VI.4.1)Review body
See VI.4.3) Review procedure
United KingdomInternet address:http://www.northlanarkshire.gov.uk
VI.4.3)Review procedure
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.
VI.5)Date of dispatch of this notice:
Read More
Early Market Engagement on CRM and Application Software
Supply of IT Security Services to Derbyshire County Council
Tender for Data Centre Virtualisation and Managed Service
Managed Security Service for IT Infrastructure