Rebecca Cowan is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of a Finance, Human Resources and Payroll System(s) |
Notice type: | Contract Notice |
Authority: | Rebecca Cowan |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | Type of Procedure - Competitive procedure with negotiation The Council is inviting tenders for a single or multiple Contractor(s) for the provision of a Finance, Human Resources and Payroll System(s), Training and Implementation, System Support & Maintenance and on-going Development of the System(s) and on a non-exclusive basis, as called off, additional functionality that maybe required over the term of the Contract. This Tender is divided into 2 Lots •Lot 1 Finance System •Lot 2 Human Resources & Payroll System Tenderers are entitled to submit for one, or both lots, showing any financial benefits accruing to the Council if the Tenderer were to win more than one lot. Tenderers tendering for more than one lot under this Contract should be aware that success (or otherwise) in one Lot will not necessarily mean success (or otherwise) in other Lots, as each Lot will be evaluated in isolation The Council reserves the right to award each Lot to separate providers and all successful suppliers will need to be prepared to address cross Lot compatibility issues. The Council reserves the right to award the contract on the basis of the initial tenders without conducting negotiations |
Published: | 30/03/2015 15:05 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Leicester City Council
Bosworth House,, 9 Princess Road West, Leicester, LE1 6TH, United Kingdom
Tel. +44 1164541272, Email: Rebecca.Cowan@leicester.gov.uk, URL: www.leicester.gov.uk
Attn: Rebecca Cowan
Electronic Access URL: https://www.delta-esourcing.com
Electronic Submission URL: https://www.delta-esourcing.com :Access Code 268SB4948N
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:
Regional or local authority
I.3) Main activity:
General Public Services
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: Provision of a Finance, Human Resources and Payroll System(s)
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
Region Codes: UKF21 - Leicester
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:
IT software package. Miscellaneous software package and computer systems. Systems support services. Help-desk and support services. Software maintenance and repair services. Type of Procedure - Competitive procedure with negotiation
The Council is inviting tenders for a single or multiple Contractor(s) for the provision of a Finance, Human Resources and Payroll System(s), Training and Implementation, System Support & Maintenance and on-going Development of the System(s) and on a non-exclusive basis, as called off, additional functionality that maybe required over the term of the Contract.
This Tender is divided into 2 Lots
•Lot 1 Finance System
•Lot 2 Human Resources & Payroll System
Tenderers are entitled to submit for one, or both lots, showing any financial benefits accruing to the Council if the Tenderer were to win more than one lot.
Tenderers tendering for more than one lot under this Contract should be aware that success (or otherwise) in one Lot will not necessarily mean success (or otherwise) in other Lots, as each Lot will be evaluated in isolation
The Council reserves the right to award each Lot to separate providers and all successful suppliers will need to be prepared to address cross Lot compatibility issues.
The Council reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
II.1.6)Common Procurement Vocabulary:
48517000 - IT software package.
48900000 - Miscellaneous software package and computer systems.
72253200 - Systems support services.
72253000 - Help-desk and support services.
72267000 - Software maintenance and repair services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
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:
This Tender is divided into 2 Lots
•Lot 1 Finance System
•Lot 2 Human Resources & Payroll System
Suppliers tendering for more than one lot under this Contract should be aware that success (or otherwise) in one Lot will not necessarily mean success (or otherwise) in other Lots, as each Lot will be evaluated in isolation
The Council reserves the right to award each Lot to separate providers and all successful suppliers will need to be prepared to address cross Lot compatibility issues.
The Contract duration for each of the two (2) lots is for an initial term of seven (7) years with the option to extend for up to a further one (1) + one (1) + one (1) years, commencing on the anticipated date go live dates set;
•Lot 1 Finance System October 2016
•Lot 2 Human Resources & Payroll System January 2017
For each lot the contract will be signed by an anticipated date of the 1st February 2016
Estimated value excluding VAT:
Range between: 500,000 and 1,500,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: As in section II.2.1
If known, Provisional timetable for recourse to these options:
Duration in months: 84 (from the award of the contract)
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 3
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/02/2016
Completion: 01/10/2023
Information About Lots
Lot No: 1
Title: Finance System
1)Short Description:
Provision of a Finance System, to include but not limited to;
Accounting (including General Ledger, Budgeting & Forecasting, Reporting)
Projects / Costs / Contracts
Accounts Payable
Accounts Receivable
Asset Management
Stores
Cash Management
2)Common Procurement Vocabulary:
48900000 - Miscellaneous software package and computer systems.
72253200 - Systems support services.
48517000 - IT software package.
72267000 - Software maintenance and repair services.
3)Quantity Or Scope: Not Provided
Value range between: 350,000 and 1,000,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 01/02/2016
Completion of works: 01/10/2023
5)Additional Information About Lots:
Suppliers tendering for more than one lot under this Contract should be aware that success (or otherwise) in one Lot will not necessarily mean success (or otherwise) in other Lots, as each Lot will be evaluated in isolation
The Council reserves the right to award each Lot to separate providers and all successful suppliers will need to be prepared to address cross Lot compatibility issues
Lot No: 2
Title: Human Resource & Payroll System
1)Short Description:
Provision of a Human Resources and Payroll System, to include but not limited to;
Payroll
Core HR (‘the HR record’)
Self-Service
Absence Management
Reports
HR Case Management
Recruitment
Health & Safety
2)Common Procurement Vocabulary:
48517000 - IT software package.
48900000 - Miscellaneous software package and computer systems.
72253200 - Systems support services.
72253000 - Help-desk and support services.
72267000 - Software maintenance and repair services.
3)Quantity Or Scope: Not Provided
Value range between: 350,000 and 1,000,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Suppliers tendering for more than one lot under this Contract should be aware that success (or otherwise) in one Lot will not necessarily mean success (or otherwise) in other Lots, as each Lot will be evaluated in isolation
The Council reserves the right to award each Lot to separate providers and all successful suppliers will need to be prepared to address cross Lot compatibility issues
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Reserved
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Reserved
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:
Not Provided
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As per the Contract Documentation
Minimum Level(s) of standards possibly required:
As per the Contract Documentation
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: Negotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Objective Criteria for choosing the limited number of candidates:
Type of Procedure Competitive Dialogue with negotiation
The Council reserves the right under regulation 19 of the Public Contract Regulations 2015 to carry out the competitive procedure with negotiation in successive stages in order to reduce the number of tenders tot be negotiated. The negotiation stage is subject to the Councils right of awarding the Contract following the evaluation of initial tenders and without conducting any negotiation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Not Provided
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: RC/0293/FHR
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 29/04/2015
Time: 11:00
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: 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.
The value of the Contract given, includes any options to extend
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-IT-software-package./268SB4948N
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/268SB4948N
GO-2015330-PRO-6482385 TKR-2015330-PRO-6482384
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: 30/03/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Leicester City Council
Bosworth House,, 9 Princess Road West, Leicester, LE1 6TH, United Kingdom
Tel. +44 1164541272, Email: Rebecca.Cowan@leicester.gov.uk
Main Address: http://www.leicester.gov.uk
NUTS Code: UKF21
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: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Provision of a Finance, Human Resources and Payroll System(s)
Reference number: Not Provided
II.1.2) Main CPV code:
48517000 - IT software package.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Type of Procedure - Competitive procedure with negotiation
The Council is inviting tenders for a single or multiple Contractor(s) for the provision of a Finance, Human Resources and Payroll System(s), Training and Implementation, System Support & Maintenance and on-going Development of the System(s) and on a non-exclusive basis, as called off, additional functionality that maybe required over the term of the Contract.
This Tender is divided into 2 Lots •Lot 1 Finance System•Lot 2 Human Resources & Payroll System
The Council reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Finance System
Lot No:1
II.2.2) Additional CPV code(s):
48900000 - Miscellaneous software package and computer systems.
72253200 - Systems support services.
48517000 - IT software package.
72267000 - Software maintenance and repair services.
72253000 - Help-desk and support services.
II.2.3) Place of performance
Nuts code:
UKF21 - Leicester
Main site or place of performance:
Leicester
II.2.4) Description of the procurement: Provision of a Finance System, to include but not limited to;
Accounting (including General Ledger, Budgeting & Forecasting, Reporting)
Projects / Costs / Contracts
Accounts Payable
Accounts Receivable
Asset Management
Stores
Cash Management
II.2.5) Award criteria:
Quality criterion - Name: Functional ( 59.5 % ) / Weighting: 59
Quality criterion - Name: Technical (10.5%) / Weighting: 11
Price - Weighting: 30
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Human Resource & Payroll System
Lot No:2
II.2.2) Additional CPV code(s):
48517000 - IT software package.
48900000 - Miscellaneous software package and computer systems.
72253200 - Systems support services.
72253000 - Help-desk and support services.
72267000 - Software maintenance and repair services.
II.2.3) Place of performance
Nuts code:
UKF21 - Leicester
Main site or place of performance:
Leicester
II.2.4) Description of the procurement: Provision of a Human Resources and Payroll System, to include but not limited to;
Payroll
Core HR (‘the HR record’)
Self-Service
Absence Management
Reports
HR Case Management
Recruitment
Health & Safety
II.2.5) Award criteria:
Quality criterion - Name: Functionality ( 59.5%) / Weighting: 59
Quality criterion - Name: Techncial (10.5%) / Weighting: 11
Cost criterion - Name: Total Contrac Value / Weighting: 30
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Negotiated
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2015/S 240-435652
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 0293RCFHR
Lot Number: 1
Title: Finance System
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 13/04/2016
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Technology One Limited
Queen Anne House, 25-27 Broadway, Maidenhead, SL6 1LY, United Kingdom
NUTS Code: UKF21
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,183,400
Total value of the contract/lot: 1,183,400
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 0293FHRB
Lot Number: 2
Title: Human Resources & Payroll System
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2016
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Safe Computing Limited
Free School Lane, Leicester, LE1 4FY, United Kingdom
NUTS Code: UKF21
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1,983,480
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
The value of the Contract given, includes any options to extend
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=198287399
VI.4) Procedures for review
VI.4.1) Review body
Leicester City Council
Leicester, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 20/04/2016