The Department for Business, Energy and Industrial Strategy (BEIS): Framework for Energy Portal Services (ITECC Line of Business Service Tower)

  The Department for Business, Energy and Industrial Strategy (BEIS) has published this notice through Delta eSourcing

Notice Summary
Title: Framework for Energy Portal Services (ITECC Line of Business Service Tower)
Notice type: Contract Notice
Authority: The Department for Business, Energy and Industrial Strategy (BEIS)
Nature of contract: Services
Procedure: Restricted
Short Description: The UK Energy Portal is a Department of Energy and Climate Change (DECC) digital system primarily supporting the regulation of the oil, gas and electricity infrastructure industries. The system is also used for some DECC corporate applications and by Government partners for their own licensing and case management systems. The vast majority of Energy Portal applications are now based on the open source software, FOX Open. DECC is seeking expressions of interest from suppliers to participate in a framework arrangement which would be used to tender a range of contracts to fulfil the delivery and support of the above range of applications.
Published: 03/01/2013 18:10

View Full Notice

UK-London: Information technology services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Department of Energy and Climate Change
      Bay 3b, 3 Whitehall Place, London, United Kingdom
      Tel. +44 3000685750, Email: paul.buckfield@decc.gsi.gov.uk
      Contact: Paul Buckfield, Attn: Paul Buckfield

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Other: IT for Energy Portal Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Framework for Energy Portal Services (ITECC Line of Business Service Tower)
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
            maximum number of participants to the framework agreement envisaged: 5
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 5,000,000 and 10,000,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Information technology services. The UK Energy Portal is a Department of Energy and Climate Change (DECC) digital system primarily supporting the regulation of the oil, gas and electricity infrastructure industries. The system is also used for some DECC corporate applications and by Government partners for their own licensing and case management systems. The vast majority of Energy Portal applications are now based on the open source software, FOX Open. DECC is seeking expressions of interest from suppliers to participate in a framework arrangement which would be used to tender a range of contracts to fulfil the delivery and support of the above range of applications.
         
      II.1.6)Common Procurement Vocabulary:
         72222300 - Information technology services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      UK Energy Portal
The UK Energy Portal is a Department of Energy and Climate Change (DECC) digital system primarily supporting the regulation of the oil and gas industry and electricity infrastructure industry. The portal acts as a hub for applications, consents and notifications required by the oil and gas industry over a wide range of business areas including Petroleum Licensing, Offshore Surveys, Well Drilling, Environmental Consents and Directions, Chemical Permitting, Chemical Use, Field Production, Flaring and Venting Consents, maintaining Pipeline Data and serving Decommissioning Liabilities for Offshore Installations.
In addition, the same application solution offers online regulatory services and information resources relating to Necessary Way leaves, Overhead Lines, Tree Lopping, Safety Zones and approval of Decommissioning Plans for offshore renewable installations. The Portal is also utilised by DECC for a series of corporate, internal-facing systems - such as correspondence handling and HR Appraisal - and by DECC’s partners in government (such as the Marine Management Organisation and the HSE) for their own case management and licensing systems.
The portal environment has been developed to provide flexibility as regulations are amended, ensure security, support complex on-line transactions and web services, support complex work flow and generate digitally signed and legally admissible consent documents. The vast majority of its applications are now based on the open source FOX Open, details of which can be found here: http://www.foxopen.net/About
Service Management Framework Scope
Together, the above range of applications make up the Department of Energy and Climate Change’s (DECC’s) Line of Business Applications service tower. DECC is seeking expressions of interest from suppliers to participate in a framework arrangement which would be used to tender a range of contracts to fulfil the delivery and support of the applications in this service tower.
DECC is moving to a Service Integration and Management (SIaM) service model in line with Cabinet Office strategy and will be delivering all IT services within a SIaM framework by the end of 2014. The line of Business service tower is a critical delivery tower of key applications to the desktop service and users of the DECC IT systems, as well as to external users.
Key Service Areas
Suppliers must have demonstrable skills and experience in delivering complex web based enterprise solutions. The key service areas required are as follows:
1.   Application Transition, Maintenance & Support
Supporting and maintaining the existing service applications (these will be specified in more detail at a later stage in the procurement process but are almost all FOX-Open based). Providing a managed service to agreed service levels with responsibility for bug fixing, minor enhancements, and integration between applications and with other DECC systems. This service will include the provision of at least 2nd & 3rd line support to the SIaM Service Desk Provider.
2.   Application Design & Development
Providing iterative application design, development and testing (Unit, System, User Acceptance and Performance testing). Associated Project Management skills will also be required.
3.   Associated Support Services
Support and maintenance of the core technologies utilised to deliver the above applications such as Fox Open, GIS applications and business intelligence environments. The provision of an Oracle DBA function and potentially a hosted development environment and associated technical activities.
High Level Requirements
This section defines the high level skills and experience required to deliver the key services. Further lower level requirements will be defined in the specification issued in the Invitation To Tender in due course. The following competencies will be required to deliver each key service area:
•   Technical competencies, skills and experience;
•   Security Management and Assurance;
•   Service Delivery and Management ;
•   Development, Deployment and Project Management;
•   Understanding of the public and/or energy sectors.

Technical competencies, skills and experience
The key technologies and standards that deliver the Line of Business applications comprise of the following:
•   Fox Open;
•   Oracle 11g Enterprise edition and Database Administration functions;
•   Linux operating system enterprise management (ideally using Red Hat and Tom Cat);
•   XML and schemas;
•   GIS based mapping solutions.
Security Management and Assurance
DECC currently operate internal corporate systems at RESTRICTED HIGH. The Energy Portal interfaces with external customers via an internet web based portal. The requirement is to provide a secure system which enables secure access for external customers, with appropriate levels of security gateways into existing RESTRICTED DECC systems.
The plan for future DECC systems is to follow the emerging Cabinet Office General Protective Marking Scheme (GPMS) to the Tier 1, OFFICIAL level and DECC systems will primarily be within this OFFICIAL tier. Suppliers will need to be flexible enough to respond to any required changes in this area.
Energy Portal applications utilise security policies to ensure that users’ data is treated in accordance with data protection laws and with a highly developed awareness of commercial sensitivity. For example the system is set up to ensure that access to one part of the system does not equate to access to all system data. It will be important to preserve and enhance this approach.
Service Delivery and Management
The Line of Business supplier will be required to interface with the other SIaM service providers and provide service monitoring and reporting information to enable DECC to manage its service within the ITIL v3 framework. They will be required to deliver good levels of system management and maintenance within agreed service levels, along with patching and release of planned system updates. The supplier will also be responsible for providing at least 2nd and 3rd line support services to the SIaM Service Desk provider and must fulfil mutually defined operating level agreements.
Development, Deployment and Project Management
DECC require suppliers to operate an agile development approach to ensure that the delivery process is as efficient as possible and allows for detailed discovery processes with the customers of the planned service or application. DECC also require service introduction and transition are all delivered using a recognised project management framework and that documentation is held in a CMDB and shared amongst suppliers where appropriate.
Understanding of the public and/or energy sectors.
Management and development of UK Energy Portal Services requires an understanding of the role of Government in issuing consents and licences to a range of industry bodies. This will be required in order to understand user reported issues with the systems and the business processes that underpin the systems. Successful suppliers may also be required to interface directly with industry liaison groups, represent DECC at industry meetings and act as intermediary between DECC policy/operational experts and the industry – providing technical advice as required. Whilst we will work with successful suppliers to develop knowledge in the required areas, it would be useful to have some experience and understanding of the energy sector and/or a consenting regime in another public sector context.                  
         Estimated value excluding VAT:
         Range between: 5,000 and 5,000,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      To apply for this work please contact Paul Buckfield on 0300 068 5750 or by e-mail at: paul.buckfield@decc.gsi.gov.uk to receive the Pre Qualification Questionnaire(PQQ). Applicants who are successful at the PQQ stage will be sent the full specification of the framework covering work that will be competed over 4 years . Applicants who submit successful proposals will be included on the framework. It is anticipated that up to 5 companies will be placed on the framework.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      To apply for this work please contact Paul Buckfield on 0300 068 5750 or by e-mail at: paul.buckfield@decc.gsi.gov.uk to receive the Pre Qualification Questionnaire(PQQ). Applicants who are successful at the PQQ stage will be sent the full specification of the framework covering work that will be competed over 4 years . Applicants who submit successful proposals will be included on the framework. It is anticipated that up to 5 companies will be placed on the framework.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      To apply for this work please contact Paul Buckfield on 0300 068 5750 or by e-mail at: paul.buckfield@decc.gsi.gov.uk to receive the Pre Qualification Questionnaire(PQQ). Applicants who are successful at the PQQ stage will be sent the full specification of the framework covering work that will be competed over 4 years . Applicants who submit successful proposals will be included on the framework. It is anticipated that up to 5 companies will be placed on the framework.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         To apply for this work please contact Paul Buckfield on 0300 068 5750 or by e-mail at: paul.buckfield@decc.gsi.gov.uk to receive the Pre Qualification Questionnaire(PQQ). Applicants who are successful at the PQQ stage will be sent the full specification of the framework covering work that will be competed over 4 years . Applicants who submit successful proposals will be included on the framework. It is anticipated that up to 5 companies will be placed on the framework.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         To apply for this work please contact Paul Buckfield on 0300 068 5750 or by e-mail at: paul.buckfield@decc.gsi.gov.uk to receive the Pre Qualification Questionnaire(PQQ). Applicants who are successful at the PQQ stage will be sent the full specification of the framework covering work that will be competed over 4 years . Applicants who submit successful proposals will be included on the framework. It is anticipated that up to 5 companies will be placed on the framework.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 10   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: TRN527/11/2012      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 14/02/2013
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 15/02/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 25/02/2013      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   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, and the contract will be awarded on the basis of the most economically advantageous tender.

To apply for this work please contact Paul Buckfield on 0300 068 5750 or by e-mail at: paul.buckfield@decc.gsi.gov.uk to receive the Pre Qualification Questionnaire(PQQ). Applicants who are successful at the PQQ stage will be sent the full specification of the framework covering work that will be competed over 4 years . Applicants who submit successful proposals will be included on the framework. It is anticipated that up to 5 companies will be placed on the framework.

To pass the Pre-Qualification Questionnaire and be invited to tender for this framework, suppliers will be required to demonstrate proficiency and experience in each of the following areas;
1.   FOX Open technology or other open source XML case management and workflow applications
2.   Complex Oracle database administration
3.   Security management
4.   InformationTechnology Infrastructure Library (ITIL) qualifications and approach
5.   Application development management
6. Understanding of the public and/or energy sectors

This framework agreement will run for a maximum of 4 years. There will be a termination clause in the framework agreement to allow the Department to terminate this agreement after 2 years.


The maximum value of this framework will be 10 million pounds if other departments use this framework. It is estimated that call off contract values will vary from 5 thousand pounds to 5 million pounds
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=47922274
GO-201313-PRO-4492515 TKR-201313-PRO-4492514
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Department of Energy and Climate Change
      3 Whitehall Place, London, SW1A 2AW, United Kingdom
      Tel. +44 3000685750, Email: paul.buckfield@decc.gsi.gov.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 03/01/2013

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Marine Management Organisation
      Lancaster House,, Hampshire Court,, Newcastle-Upon-Tyne,, NE4 7YH, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      Department for Business, Innovation and Skills
      1 Victoria Street, London, SW1H 0ET, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         3: Contracting Authority
      Health and Safety Executive
      Rose Court, 2 Southwark Bridge, London, SE1 9HS, United Kingdom

View any Notice Addenda

View Award Notice