DfT(c) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Blue Badge Digital Service |
Notice type: | Prior Information Notice |
Authority: | DfT(c) |
Nature of contract: | Not applicable |
Procedure: | Not applicable |
Short Description: | |
Published: | 06/08/2019 14:13 |
View Full Notice
Preliminary Questions
This notice is for prior information only: Yes
This notice aims at reducing time-limits for receipt of tenders: No
This notice is a call for competition: No
Section I: Contracting Authority
I.1) Name and addresses:
DfT Blue Badge Digital Service
Great Minster House, 33 Horseferry Road, London, SW1P 4DR, United Kingdom
Tel. +44 7977437142, Email: carwyn.jenkins@dft.gov.uk
Contact: Carwyn Jenkins
Main Address: https://www.gov.uk/government/organisations/department-for-transport, Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-transport
NUTS Code: UKI
Specifications and additional documents: As Above
I.2) Joint procurement:
The contract involves joint procurement: No.
The contract is awarded by a central purchasing body: Yes .
I.3) Communication
Further information can be obtained from: the above mentioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity:
Other activity: Transport Services
Section II: Object
II.1) Scope of the procurement - 1
II.1.1) Title: Blue Badge Digital Service
Reference number: T IT0085
II.1.2) Common Procurement Vocabulary:
72222300 - Information technology services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description:
The Blue Badge service is currently in Beta Phase. DfT requires supplier to:
•Host/support/maintain the service;
•Provide support to 206 Local Authorities and other BBDS Stakeholders;
•Work in collaboration with DfT and any BBDS Stakeholders to provide an effective and seamless service transition, live service and product and service development / continuous improvement.
•Be responsible for and coordinate the invoicing Local Authorities on a monthly or quarterly basis;
•Deliver the Service from Public Beta to Live through successful completion of GDS Live Service Assessment;
•Deliver both the Backlog Features when required and perform user research and testing when required to ensure new needs are identified and developed;
II.1.5) Estimated total value:
Value excluding VAT (give figures only) : 15,000,000 - GBP
II.1.6) Information about lots:
This contract is divided into lots: No
Maximum number of lots that may be awarded to one tenderer: Not Provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not Provided
II.2) Lot Description
II.2.2) Additional CPV code(s):
72222300 - Information technology services.
II.2.3) Place of performance:
Region Codes:
UKI - LONDON
II.2.4) Description of the procurement:
The Blue Badge service is currently in Beta Phase. DfT requires supplier to:
•Host/support/maintain the service;
•Provide support to 206 Local Authorities and other BBDS Stakeholders;
•Work in collaboration with DfT and any BBDS Stakeholders to provide an effective and seamless service transition, live service and product and service development / continuous improvement.
•Be responsible for and coordinate the invoicing Local Authorities on a monthly or quarterly basis;
•Deliver the Service from Public Beta to Live through successful completion of GDS Live Service Assessment;
•Deliver both the Backlog Features when required and perform user research and testing when required to ensure new needs are identified and developed;
II.2.14) Additional information
The procurement will be published on 07/10/19 with an estimated contract award date of 03/12/19. Below are the volume parameters likely to be included within the information to Tender Pack:
Low end: £1 X 800K badges X 3+1+1 = £2.4M + £800K + £800k (£4M)
High end: £2 X 1.5m badges X 3+1+1 = £9M + £3M + £3M (£15M)***
II.3) Estimated Date of publication
07/10/2019
Section IV: Procedure
IV.1) Description
IV.1.8) Information about Government Procurement Agreement (GPA )
The contract is covered by the Government Procurement Agreement (GPA) - YES
Section VI: Complementary Information
VI.3) Additional Information:
To view this notice, please click here:
https://dft.delta-esourcing.com/delta/project/buyer/editPriorInformationNotice.html
To view this notice, please click here:
https://dft.delta-esourcing.com/delta/viewNotice.html?noticeId=420405247
GO-201986-PRO-15205480 TKR-201986-PRO-15205479
VI.5) Date Of Dispatch Of This Notice: 06/08/2019
View any Notice Addenda
Section I: Contracting Authority
I.1) Name and addresses
DfT Blue Badge Digital Service
Great Minster House, 33 Horseferry Road, London, SW1P 4DR, United Kingdom
Tel. +44 7977437142, Email: carwyn.jenkins@dft.gov.uk
Contact: Carwyn Jenkins
Main Address: https://www.gov.uk/government/organisations/department-for-transport, Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-transport
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://dft.delta-esourcing.com/delta/viewNotice.html?noticeId=444757894
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Blue Badge Digital Service
Reference Number: T IT0085
II.1.2) Main CPV Code:
72222300 - Information technology services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Blue Badge service is currently in Beta Phase. DfT requires supplier to:
•Host/support/maintain the service;
•Provide support to 206 Local Authorities and other BBDS Stakeholders;
•Work in collaboration with DfT and any BBDS Stakeholders to provide an effective and seamless service transition, live service and product and service development / continuous improvement.
•Be responsible for and coordinate the invoicing Local Authorities on a monthly or quarterly basis;
•Deliver the Service from Public Beta to Live through successful completion of GDS Live Service Assessment;
•Deliver both the Backlog Features when required and perform user research and testing when required to ensure new needs are identified and developed;
II.1.5) Estimated total value:
Value excluding VAT: 15,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
72222300 - Information technology services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The Blue Badge service is currently in Beta Phase. DfT requires supplier to:
•Host/support/maintain the service;
•Provide support to 206 Local Authorities and other BBDS Stakeholders;
•Work in collaboration with DfT and any BBDS Stakeholders to provide an effective and seamless service transition, live service and product and service development / continuous improvement.
•Be responsible for and coordinate the invoicing Local Authorities on a monthly or quarterly basis;
•Deliver the Service from Public Beta to Live through successful completion of GDS Live Service Assessment;
•Deliver both the Backlog Features when required and perform user research and testing when required to ensure new needs are identified and developed;
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 15,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: The contract is for a duration of 2 years with the option to extend for a further 2 years (1+1).
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
To be agreed within the Contract Call Off document with the successful Supplier.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2019/S 153 - 377205
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 09/12/2019 Time: 09:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 2
IV.2.7) Conditions for opening of tenders:
Date: 09/12/2019
Time: 09:01
Place:
Department for Transport
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.To view this notice, please click here:
https://dft.delta-esourcing.com/delta/viewNotice.html?noticeId=444757894
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://dft.delta-esourcing.com/tenders/UK-UK-London:-Information-technology-services./HY3N8882BA
To respond to this opportunity, please click here:
https://dft.delta-esourcing.com/respond/HY3N8882BA
VI.4) Procedures for review
VI.4.1) Review body:
Department for Transport
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 06/11/2019
Annex A