Future IT Sourcing Programme Ministry of Justice
As set out in the MoJs PIN and accompanying Prospectus for the Future IT Sourcing Programme (FITS) the MoJ’s current major ICT contracts were negotiated prior to the creation of the MoJ.
UK-London: IT services: consulting, software development, Internet and support
2012/S 41-067058
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Ministry of Justice – ICT Procurement
2.41 2nd Floor, 102 Petty France
Contact point(s): FITS Commercial Team
For the attention of: Hamish MacLeod
SW1A 9AJ London
UNITED KINGDOM
Telephone: +44 2033345760
E-mail: FITScommercial@justice.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://www.justice.gov.uk/
Address of the buyer profile: http://procurement.hmprisonservice.gov.uk/about
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Public order and safety
Section II: Object of the contract
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Nationally, to include MoJ Headquarters, HM Prisons, HM Courts & Tribunals centres, Probation Services centres and a range of other locations (over 2 300 nationally).
NUTS code UK
Market engagement has indicated that potential suppliers across all the proposed Service Towers were firmly of the view that the SIAM would have to operate in a neutral fashion to ensure fairness in the governance of new operating model. Accordingly, the MoJ has a strong preference for the SIAM service provider to be wholly independent from those service providers awarded contracts for other Service Towers although the MoJ does not propose to place any specific constraints on the number or combination of contracts for which any supplier may bid in this and later competitions. However, in order to minimise any conflict of interest, the succesful bidder for SIAM services will be asked to demonstrate appropriate ethical walls are in place between the parts of its organisation responsible for the delivery of SIAM Services and those parts that may be responsible for the delivery of services in other Service Towers. Suppliers who are considering bidding for SIAM and any other service tower should consider the implications this will have for them, the MoJ and other Service Tower Providers.
The SIAM services that are required can be briefly described as:
— providing the direction, management and coordination for the delivery of end-to-end services in line with an agreed set of coherent service performance expectations,
— providing a single, clear and concise interface to all users of ICT services. This will be achieved by providing service integrator and service management functions across all other Service Tower Providers, adhering to ITIL best practice guidance,
— acting on the MoJ’s behalf to ensure that all ICT Services across the MoJ are transitioned, integrated, managed, monitored and improved during the service lifecycle, adhering to ITIL best practice guidelines.
72000000
Please refer to the accompanying Descriptive Document for further details of SIAM services and the scope of the contract.
Estimated value excluding VAT:
Range: between 75 000 000,00 and 125 000 000,00 GBP
Description of these options: The value given in section II.2.1 is an estimate based on running costs for a contract term of 5 years.
The MoJ plans to enter into a contract with an initial duration of 5 years with the option for the Authority to extend by 2 further 12 month periods.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
See III.2.1 and III.2.2.
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
Objective criteria for choosing the limited number of candidates: Selected Potential Providers will be issued an ITN following evaluation of responses to the PQQ. The MoJ will rank Potential Providers relative to one another and it will then select a minimum of 4 and a maximum of 6 Potential Providers who will be issued an ITN: 1) Subject to bullet 2 below Potential Providers must pass the minimum threshold (as set in the PQQ); 2) In the event that less than 4 Potential Providers pass the minimum threshold then the MoJ reserves the right to select the 4 top scoring Potential Providers or cancel the procurement; 3) In the event that more than 6 Potential Providers exceed the minimum threshold then the MoJ will only select the 6 highest scoring Potential Providers. The MoJ intends to reduce the number of potential providers to a minimum of 3 and a maximum of 5 Potential Providers following the evaluation of outline bids in accordance with the evaluation criteria and methodology published in the ITN documentation.
Prior information notice
Notice number in the OJEU: 2011/S 244-396161 of 16.12.2011
Payable documents: no
Section VI: Complementary information
Estimated timing for further notices to be published: 5-7 Years
FITScommercial@justice.gsi.gov.uk
Stating:
Company Name.
Your Name.
Contact email.
Sourcing Reference Number: 1372-3-ICT-ICT-FITS SIAM PQQ.
The buyer will then contact you with the registration process.
Transparency requirements:
HM Government requires that tender documentation issued by government departments for contracts with a value exceeding 10 000 GBP over the life of the contract are published online(www.contractsfinder.businesslink.gov.uk) for the general public. The resulting contract shall also be published. The Ministry of Justice may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the Ministry of Justice prior to submission. Only documentation relating to awarded contracts will be published.
Key commercial interests would be trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000. http://www.justice.gov.uk/guidance/docs/foi-exemption-s43.pdf.
The prescribed grounds for redaction are:
(a) national security;
(b) personal data;
(c) information protected by intellectual property law;
(d) information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000)
(e) third party confidential information;
(f) IT security; or
(g) prevention of fraud.
SMEs:
Small to Medium Enterprises (SMEs) are encouraged to express an interest in participating in the competition. This is consistent with the Government’s intention to increase the role of SMEs in its supply chains in order to encourage efficiency and innovation. Accordingly, SMEs are invited to complete PQQs with details forwarded to qualifying contractors.
VI.5)Date of dispatch of this notice:27.2.2012