British Film Institute : BFI Support Systems Replacement

  British Film Institute has published this notice through Delta eSourcing

Notice Summary
Title: BFI Support Systems Replacement
Notice type: Contract Notice
Authority: British Film Institute
Nature of contract: Services
Procedure: Restricted
Short Description: The BFI is seeking to replace and update its core support systems covering Finance, Human Resources and Payroll. Current systems in these areas are ageing and many of the associated processes are manually performed. The BFI requires Potential Providers to respond with options to improve, consolidate and bring these core software packages and associated processes up-to-date. The BFI wishes to procure a new system that makes current processes more efficient and accurate across all functions, and introduces desired processes that cannot be performed at this time. Change required with respect to the HR system is more profound, with new processes expected to bear scant comparison to current; a phased implementation is therefore envisioned, with self-service to follow employee database creation. For the avoidance of doubt this procurement exercise will cover software, implementation services and on-going support to replace the systems described above. Potential providers will be asked to state the hardware requirements of their proposed solutions but it is likely that this will be provided by BFI.
Published: 22/01/2013 18:55

View Full Notice

UK-London: Software package and information systems.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      British Film Institute
      21 Stephen Street, London, W1T 1LN, United Kingdom
      Tel. +44 79578987, Email: stephen.adams@bfi.org.uk, URL: www.bfi.org.uk
      Contact: Expressions of interest must be submitted via https://in-tendhost.co.uk/bfi/aspx/Home, Attn: Stephen Adams
      Electronic Access URL: https://in-tendhost.co.uk/bfi/aspx/Home
      Electronic Submission URL: https://in-tendhost.co.uk/bfi/aspx/Home

      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:
      Body governed by public law

   I.3) Main activity:
      Education

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: BFI Support Systems Replacement
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         Region Codes: UKI1 - Inner London         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Software package and information systems. Business transaction and personal business software package. The BFI is seeking to replace and update its core support systems covering Finance, Human Resources and Payroll.

Current systems in these areas are ageing and many of the associated processes are manually performed. The BFI requires Potential Providers to respond with options to improve, consolidate and bring these core software packages and associated processes up-to-date.

The BFI wishes to procure a new system that makes current processes more efficient and accurate across all functions, and introduces desired processes that cannot be performed at this time. Change required with respect to the HR system is more profound, with new processes expected to bear scant comparison to current; a phased implementation is therefore envisioned, with self-service to follow employee database creation.

For the avoidance of doubt this procurement exercise will cover software, implementation services and on-going support to replace the systems described above. Potential providers will be asked to state the hardware requirements of their proposed solutions but it is likely that this will be provided by BFI.
         
      II.1.6)Common Procurement Vocabulary:
         48000000 - Software package and information systems.
         
         48400000 - Business transaction and personal business software package.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided      
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   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:
      Not Provided
      
      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: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the Pre-Qualifying Questionnaire
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the Pre-Qualifying Questionnaire      
      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: Not Provided      
      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: Not Provided
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: 4   
   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: 2013/050      
      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: 20/02/2013
      Time-limit for receipt of requests for documents or for accessing documents: 11:59
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 21/02/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      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: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   VI.3)Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=49898009
GO-2013122-PRO-4532993 TKR-2013122-PRO-4532992
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      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: 22/01/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-London: Software package and information systems.

Section I: Contracting Authority
   Title: UK-London: Software package and information systems.
   I.1)Name, Addresses and Contact Point(s):
      British Film Institute
      21 Stephen Street, London, W1T 1LN, United Kingdom
      Tel. +44 79578987, Email: stephen.adams@bfi.org.uk, URL: www.bfi.org.uk
      Contact: Expressions of interest must be submitted via https://in-tendhost.co.uk/bfi/aspx/Home, Attn: Stephen Adams
      Electronic Access URL: https://in-tendhost.co.uk/bfi/aspx/Home
      Electronic Submission URL: https://in-tendhost.co.uk/bfi/aspx/Home

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: BFI Support Systems Replacement      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 7
         
         Region Codes: UKI1 - Inner London         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Software package and information systems. Business transaction and personal business software package. The BFI is seeking to replace and update its core support systems covering Finance, Human Resources and Payroll.

Current systems in these areas are ageing and many of the associated processes are manually performed. The BFI requires Potential Providers to respond with options to improve, consolidate and bring these core software packages and associated processes up-to-date.

The BFI wishes to procure a new system that makes current processes more efficient and accurate across all functions, and introduces desired processes that cannot be performed at this time. Change required with respect to the HR system is more profound, with new processes expected to bear scant comparison to current; a phased implementation is therefore envisioned, with self-service to follow employee database creation.

For the avoidance of doubt this procurement exercise will cover software, implementation services and on-going support to replace the systems described above. Potential providers will be asked to state the hardware requirements of their proposed solutions but it is likely that this will be provided by BFI.
      II.1.5)Common procurement vocabulary:
         48000000 - Software package and information systems.
         48400000 - Business transaction and personal business software package.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         As stated within the documentation - 100
         
      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: 2013/050         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 2013/050

      V.1)Date Of Contract Award: 31/07/2013      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Capita IB Solutions (UK) Limited
         Postal address: 17 Rochester Row, Westminster
         Town: London
         Postal code: SW1P 2AF
         Country: United Kingdom
         Internet address: http://www.ibsolutions.com/
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 365,000
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided    
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=84535286
GO-201412-PRO-5367153 TKR-201412-PRO-5367152   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 02/01/2014