Award

OWFM

TRANSPORT FOR LONDON

This public procurement record has 1 release in its history.

Award

07 Jul 2023 at 15:45

Summary of the contracting process

The procurement process for the OWFM project involved Transport for London seeking software supply agreement and associated professional services to integrate seamlessly with TfL's ERP and OWFM core components. The procurement method was limited and negotiated without publication of a contract notice. The contract was awarded to Kronos Systems Limited, with a value of £1,342,448. The contracting authority is Transport for London, located at 5 ENDEAVOUR SQUARE, LONDON, UK. The procurement stage is complete, with the contract signed on 6th July 2023, and the award criteria were based on compatibility with OWFM solution and price.

The OWFM project presents opportunities for businesses that can provide workforce management solutions compatible with TfL's requirements, especially those with expertise in software integration with existing ERP systems like SAP. Businesses interested in emergency management systems for land transport services may also find this tender appealing. The procurement process was tailored to specific technical requirements, indicating a focus on solutions that meet TfL's critical success criteria and operational needs. Successful bidders would need to provide a seamless end user experience and comprehensive service management approach to TfL's workforce management.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

OWFM

Notice Description

Software supply agreement and associated professional services to integrate seamlessly with TfL's ERP and OWFM core components. Implementation and operational support.

Lot Information

Lot 1

TfL has carefully considered its entire requirements for Workforce Management. Whilst "Core WFM Capability" has high commercial availability in the marketplace, core WFM functionality which incorporates all four of the "Critical Success Criteria", identified by TfL as a result of its failed 2014 WFM procurement is available only from a single provider. The Smart Deployment and Geofencing of Passport is unique and shall allow TfL Operations to actively manage emergency situations across its network in real-time. UKG is the only economic operator that can provide this combined WFM capability which critically, also requires minimal integration with the existing TfL SAP estate to create a fully native integrated single solution. Additional information: 3 Year Fixed Term plus one year optional extension.

Options: An elective subsequent option for a further 12 month renewal

Procurement Information

Each potential route to market for each component of the overall OWFM solution was evaluated for its relative benefits and risks. The recommended route to market chosen (Dimensions via GCloud/Passport via Supplier Terms) shall ultimately produce two forms of contract: Dimensions and the associated Professional Services- shall be compliantly called off under GCloud terms which shall produce a standard CCS GCloud Call off agreement for the Dimensions software and associated professional services. Passport and the associated Professional Services- shall be procured under a direct award by Single Source for the following reasons: Kronos Systems is the only economic operator that has the exclusive intellectual property rights to provide TfL with its specified technical requirements which contain TfL's Critical Success Criteria, listed below. 1) The solution must be proven to work with SAP ECC6.0, S/4HANA & SuccessFactors for Payroll and recognised as such by SAP. 2) A seamless end user experience (whereby the solution is able to present TfL core HR data) to end users in such a way they need not 'flip' between multiple screens or applications 3) A comprehensive single approach to service management to TfL. Singular accountabilities (with SLA's) between the software providers of the overall solution suite 4) To meet TfL minimal Must Have functional and non-functional requirements

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03e001
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019529-2023
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Negotiated without publication of a contract notice
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

63 - Supporting and auxiliary transport services; travel agencies services


CPV Codes

63710000 - Support services for land transport

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,342,448 £1M-£10M

Notice Dates

Publication Date
7 Jul 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
5 Jul 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR LONDON
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
E20 1JN
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
TLI London

Local Authority
Newham
Electoral Ward
Stratford Olympic Park
Westminster Constituency
Stratford and Bow

Supplier Information

Number of Suppliers
1
Supplier Name

KRONOS SYSTEMS

Further Information

Notice URLs

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03e001-2023-07-07T16:45:30+01:00",
    "date": "2023-07-07T16:45:30+01:00",
    "ocid": "ocds-h6vhtk-03e001",
    "initiationType": "tender",
    "tender": {
        "id": "WS1175966491",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "OWFM",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "63710000",
            "description": "Support services for land transport"
        },
        "additionalClassifications": [
            {
                "scheme": "CPVS",
                "id": "63710000-FB06",
                "description": "For rescue"
            },
            {
                "scheme": "CPVS",
                "id": "63710000-FB07",
                "description": "For emergency"
            },
            {
                "scheme": "CPVS",
                "id": "63710000-FB09",
                "description": "For security system"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "Software supply agreement and associated professional services to integrate seamlessly with TfL's ERP and OWFM core components. Implementation and operational support.",
        "lots": [
            {
                "id": "1",
                "description": "TfL has carefully considered its entire requirements for Workforce Management. Whilst \"Core WFM Capability\" has high commercial availability in the marketplace, core WFM functionality which incorporates all four of the \"Critical Success Criteria\", identified by TfL as a result of its failed 2014 WFM procurement is available only from a single provider. The Smart Deployment and Geofencing of Passport is unique and shall allow TfL Operations to actively manage emergency situations across its network in real-time. UKG is the only economic operator that can provide this combined WFM capability which critically, also requires minimal integration with the existing TfL SAP estate to create a fully native integrated single solution. Additional information: 3 Year Fixed Term plus one year optional extension.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Compatibility with OWFM Solution",
                            "type": "quality",
                            "description": "100%"
                        },
                        {
                            "type": "price",
                            "description": "100%"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "An elective subsequent option for a further 12 month renewal"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "reviewDetails": "The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to provide time for any challenge to the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_TECHNICAL",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
            }
        ],
        "procurementMethodRationale": "Each potential route to market for each component of the overall OWFM solution was evaluated for its relative benefits and risks. The recommended route to market chosen (Dimensions via GCloud/Passport via Supplier Terms) shall ultimately produce two forms of contract: Dimensions and the associated Professional Services- shall be compliantly called off under GCloud terms which shall produce a standard CCS GCloud Call off agreement for the Dimensions software and associated professional services. Passport and the associated Professional Services- shall be procured under a direct award by Single Source for the following reasons: Kronos Systems is the only economic operator that has the exclusive intellectual property rights to provide TfL with its specified technical requirements which contain TfL's Critical Success Criteria, listed below. 1) The solution must be proven to work with SAP ECC6.0, S/4HANA & SuccessFactors for Payroll and recognised as such by SAP. 2) A seamless end user experience (whereby the solution is able to present TfL core HR data) to end users in such a way they need not 'flip' between multiple screens or applications 3) A comprehensive single approach to service management to TfL. Singular accountabilities (with SLA's) between the software providers of the overall solution suite 4) To meet TfL minimal Must Have functional and non-functional requirements"
    },
    "awards": [
        {
            "id": "019529-2023-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "description": "Kronos Systems are expected to sub-contract with Passport for products supply and integration services."
            },
            "suppliers": [
                {
                    "id": "GB-COH-Company number 02528089",
                    "name": "Kronos Systems Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-14777",
            "name": "Transport for London",
            "identifier": {
                "legalName": "Transport for London",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "5 ENDEAVOUR SQUARE",
                "locality": "LONDON",
                "region": "UKI41",
                "postalCode": "E201JN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Dan Quinn",
                "email": "v_danquinn@tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.tfl.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-Company number 02528089",
            "name": "Kronos Systems Limited",
            "identifier": {
                "legalName": "Kronos Systems Limited",
                "id": "Company number 02528089",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "The Capitol Building 2nd Floor South Wing, Oldbury",
                "locality": "Bracknell, Berkshire",
                "region": "UK",
                "postalCode": "RG12 8FZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-51916",
            "name": "High Court (England, Wales and Northern Ireland)",
            "identifier": {
                "legalName": "High Court (England, Wales and Northern Ireland)"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-86886",
            "name": "Transport for London Governance and Assurance Team",
            "identifier": {
                "legalName": "Transport for London Governance and Assurance Team"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "PSCGA@tfl.gov.uk"
            },
            "roles": [
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-14777",
        "name": "Transport for London"
    },
    "contracts": [
        {
            "id": "019529-2023-1",
            "awardID": "019529-2023-1",
            "status": "active",
            "value": {
                "amount": 1342448,
                "currency": "GBP"
            },
            "dateSigned": "2023-07-06T00:00:00+01:00"
        }
    ],
    "language": "en"
}