Golding Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of full unified communication solution |
Notice type: | Contract Notice |
Authority: | Golding Homes |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Golding Homes require contact centre upgrade and telephony system replacement |
Published: | 09/12/2018 20:56 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Golding Homes
www.goldinghomes.org.uk, St. Leonards Road, Allington, Maidstone, ME16 0LS, United Kingdom
Email: procurement@goldinghomes.org.uk
Contact: Procurement
Main Address: www.goldinghomes.org.uk
NUTS Code: UKJ
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Maidstone:-Communication-and-multimedia-software-package./2WX863ZVVX
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
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of full unified communication solution
Reference Number: Not provided
II.1.2) Main CPV Code:
48500000 - Communication and multimedia software package.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Golding Homes require contact centre upgrade and telephony system replacement
II.1.5) Estimated total value:
Value excluding VAT: 500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
48500000 - Communication and multimedia software package.
32500000 - Telecommunications equipment and supplies.
48000000 - Software package and information systems.
64200000 - Telecommunications services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Golding Homes are transforming the way that they work and deliver services. As part of this strategy, there is a critical requirement to Upgrade our
current Enghouse Contact Centre solution and enable key new features. Additionally, replace our current 5 year old Cisco UCS telephony system with a next generation cloud platform that can integrate with Office 365. This Unified Communication Tender defines the combined delivery of these two solutions. Through this investment, Golding would become an agile business, enhance its Business Continuity capabilities and enrich both staff and customer experiences.
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: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The contract may be renewed post the initial 3 year term for two further 12 month extensions. These extensions are entirely subject to performance; approach to continual improvement and an ongoing demonstration that value for money is being achieved.
II.2.10) Information about variants:
Variants will be accepted: Yes
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:
Please refer to ITT documentation
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Please refer to ITT documentation
III.2.2) Contract performance conditions
Not Provided
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 Acclerated
Justification for the choice of accelerated procedure: A strategic change in the business has led to an urgent requirement to move towards agile working solutions. The transition must take place prior to the new financial year to achieve required funding.
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2018/S 224 - 512655
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/12/2018 Time: 10:00
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): 6
IV.2.7) Conditions for opening of tenders:
Date: 24/12/2018
Time: 10:00
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 No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Maidstone:-Communication-and-multimedia-software-package./2WX863ZVVX
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2WX863ZVVX
VI.4) Procedures for review
VI.4.1) Review body:
Golding Homes
Whatman House, St. Leonards Road, Maidstone, ME16 0LS, United Kingdom
Tel. +44 3007772600
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Authority will incorporate a minimum 10 calendar days standstill period at the point information on the award of the Contract is communicated to tenderers via Delta E-Sourcing.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Golding Homes
Whatman House, St. Leonards Road, Maidstone, ME16 0LS, United Kingdom
Tel. +44 3007772600
VI.5) Date Of Dispatch Of This Notice: 09/12/2018
Annex A