Tender for Local Land Charges Planning and Delivery Partner
Land Registry requires a Planning and Delivery Partner to support it, in both delivering and populating (by migrating data held in a arrange of formats from 326 Local Authorities) a centralised, digital, open Local Land Charges register.
United Kingdom-Croydon: General management consultancy services
2016/S 043-070179
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Trafalgar House, 1 Bedford Park
Croydon
CR0 2AQ
UNITED KINGDOM
Contact person: Land Registry Local Land Charges Programme
Telephone: +44 3000062589
E-mail: pdptender@landregistry.gov.uk
NUTS code: UKInternet address(es):Main address: http://www.gov.uk/government/organisations/land-registry
Address of the buyer profile: http://www.gov.uk/government/organisations/land-registry
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Local Land Charges Planning and Delivery Partner.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Land Registry is a non-ministerial government department established in 1862, responsible for the registration of land and property in England and Wales. Land Registry currently holds 3 registers — the Register of Title to Land, Land Charges Register and Agricultural Credits Register. Under the provisions of the Infrastructure Act 2015, Land Registry will become the sole registering authority for Local Land Charges (LLC).
Land Registry requires a Planning and Delivery Partner to support it, in both delivering and populating (by migrating data held in a arrange of formats from 326 Local Authorities) a centralised, digital, open Local Land Charges register, comprising a spatial database, a user interface for updating and querying the register and Application Programming Interfaces for updating and querying the register.
This procurement will form part of a major transformational programme currently being operated by Land Registry.
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
United Kingdom.
II.2.4)Description of the procurement:
The scope of the LLC Programme is to take the 326 English LLC registers and replace them with a single digital register. Replacing the 22 Welsh LLC Registers will be subject to a further business case and is currently out of scope. This notice relates to the Planning and Delivery Partner procurement. See the http://blog.landregistry.gov.uk/category/local-land-charges/ for updates on all activity and other procurements which form part of the programme.
The LLC Programme is a large and complex business change programme, which requires support (capacity and capability) from a Planning and Delivery Partner (PDP). The PDP will be fully integrated into the LLC Programme Team and support the delivery of the following two stages of the programme.
The LLC Programme is constituted of two main stages of work:
— Stage 1 (Planning). The Planning Stage will ensure that both Land Registry and Local Authorities are ready to make the transition to the LLC Register and that the implementation risk is understood and mitigated to an acceptable level. This stage will complete once the Land Registry has had final approval for the LLC Full Business Case.
— Stage 2 (Delivery). The Delivery Stage will immediately follow the final approval of the LLC Full Business Case. At this point the PDP, Quality Assurance Partner and Digitisation and Migration suppliers will be in place and under contract. The Delivery Stage will focus on the incremental migration (described in the Lotting Strategy) of Local Authority LLC registers to the Land Registry LLC Register. This stage will complete once all the Local Authorities have migrated to the LLC Register.
Specifically, the PDP will be required to carry out the following nine requirements.
Stage 1 — Planning.
— Requirement 1 Assure the LLC Register Service Design. The Supplier shall provide assurance that the Authority’s proposed LLC Register Service Design will meet the LLC Programme Vision and Scope.
— Requirement 2 Develop the LLC Programme Digitisation and Migration Lotting Strategy and Pricing Strategy. The Supplier shall produce the LLC Programme Digitisation and Migration Lotting Strategy and the LLC Programme Pricing Strategy.
— Requirement 3 Develop the LLC Programme Digitisation and Migration Procurement Strategy. The Supplier shall produce the LLC Programme Digitisation and Migration Procurement Strategy.
— Requirement 4 Procure the LLC Programme Digitisation and Migration Suppliers. The supplier shall provide subject matter expertise to assure the procurement of the LLC Digitisation and Migration suppliers.
— Requirement 5 Develop the LLC Programme Phase 1 Migration Approach. The Supplier shall produce the LLC Programme Phase 1 Migration Approach to govern the migration of Local Land Charges from the nominated Phase 1 Local Authorities to the LLC Register Service.
— Requirement 6 Develop the LLC Programme Finance Model. The Supplier shall produce the LLC Programme Finance Model, ensuring that all required financial data including the Financial and Economic Case data is in the model and able to support the successful production of the LLC Programme Full Business Case (FBC) for HM Treasury approval.
— Requirement 7 Develop the LLC Programme Full Business Case. The Supplier shall, with the Authority, draft, assure and ensure acceptance by the Authority of the LLC Programme Full Business Case.
— Requirement 8 Develop the LLC Programme Migration Plan. The Supplier shall produce the LLC Migration Plan that will be used to migrate Local Land Charges from the 326 English Local Authorities to the LLC Register Service.
Stage 2 — Delivery.
— Requirement 9 Manage the LLC Programme Delivery. The Supplier shall manage the LLC Programme Delivery — implementing the LLC Programme Migration Plan, manage the Digitisation and Migration supplier performance and maintain the LLC Programme Finance Model.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
To be set out in the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
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
IV.2.7)Conditions for opening of tenders
Bidders will upload to the designated data room and the Procurement Coordinator will access after the bid closing time.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Land Registry Procurement Unit, PO Box 292
Plymouth
UNITED KINGDOM
VI.4.3)Review procedure
In accordance with Regulations 86 and 87 of the Public Contracts Regulations 2015 HM Land Registry will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Chapter 6 of the Regulations provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within the applicable limitation periods.
VI.5)Date of dispatch of this notice: