Tender for Legal Case Management System
The system must be externally hosted, have integrated document management system functionality.
United Kingdom-London: IT services: consulting, software development, Internet and support
2017/S 184-377235
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Guildhall
London
EC2P 2EJ
United Kingdom
Telephone: +44 2076061187
E-mail: Alex.lindsay@cityoflondon.gov.uk
NUTS code: UKI
Address of the buyer profile: www.capitalesourcing.com
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Legal Case Management System.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
City of London Corporation requires an integrated legal case management system. The system must be externally hosted, have integrated document management system functionality, comply with current ICT and data security standards and fit with the City of London’s operating systems and software.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
City of London Corporation requires an integrated legal case management system. The system must be externally hosted, have integrated document management system functionality, comply with current ICT and data security standards and fit with the City of London’s operating systems and software as follows:
1. Window 10 Enterprise — Version 1607 (Build 14393. 1593)
2. Microsoft Office 365 ProPlus — Version 1607 (Build 8229.2086)
3. Internet Explorer 11 — Version 11.1593.14393.0
4. Connected Services — OneDrive and SharePoint Server 2010
The City of London Corporation are interested to receive bids from experienced providers that can deliver a system that meets our requirements.
The budget stated in this notice is the maximum budget available. It is anticipated that the system will require a maximum of 90 000 GBP for implementation costs and a maximum of 20 000 GBP per annum for ongoing maintenance and support costs. Full costs will need to submitted at ITT stage.
The contract term is for an initial 5 year period, with the option to extend for up to a further 5 years.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
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:
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
1. To express an interest and to receive information about this procurement suppliers must register on the e-tendering system: www.capitalesourcing.com and submit an SQ no later than 10:00 on 23.10.2017.
2. The guidance pack for the SQ is accessible via the Portal.
3. Suppliers are requested to submit any queries in relation to this project, the SQ, this notice or the tender documentation via the Portal.
4. It is anticipated that the ITT will be issued to shortlisted applicants on or around 6.11.2017. The Authority reserves the right to vary this date and any other time-scales or arrangements whether set out in this notice or identified later.
5. All applicants are solely responsible for their costs and expenses in relation to this procurement.
6. The Contracting Authority reserves the right to suspend or abort the procurement at any time prior to award in the event that the ESF funding application is not successful.
VI.4.1)Review body
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 20794760000
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 20794760000
VI.4.3)Review procedure
Information is set out in the Procurement Documentation.
VI.4.4)Service from which information about the review procedure may be obtained
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 20794760000
VI.5)Date of dispatch of this notice:
Read More
Electronic Point of Sale System – Request for Quotation
Invitation to Tender for a Catalogue Solution
Supply Finance Business System to The British Library
Network Refresh Tender Edinburgh
Tender to Supply Public Protection Software Solution