Shaw Consulting Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Integrated Recruitment, HR & Payroll Solution |
Notice type: | Contract Notice |
Authority: | Shaw Consulting Ltd |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Southway requires a modern and integrated, single supplier Recruitment, HR, and Payroll solution |
Published: | 10/06/2020 16:42 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Southway Housing Trust
Southern Gate, 729 Princess Road, Didsbury, Manchester, M20 2LT, United Kingdom
Tel. +44 07722067596, Email: chris.shaw@shawc.co.uk
Contact: Chris Shaw
Main Address: https://www.southwayhousing.co.uk/, Address of the buyer profile: https://www.shawc.co.uk
NUTS Code: UKD3
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: https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Software-package-and-information-systems./3377DQ2884
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: Integrated Recruitment, HR & Payroll Solution
Reference Number: Not provided
II.1.2) Main CPV Code:
48000000 - Software package and information systems.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Southway requires a modern and integrated, single supplier Recruitment, HR, and Payroll solution
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKD3 Greater Manchester
II.2.4) Description of procurement: Southway require an integrated, single supplier Recruitment, HJR & Payroll solution which provides:
Recruitment
Onboarding
HR Core
Payroll
Self Service for Recruitment Candidates and staff
Mobile Working
HR Document Management
Expenses
Learning Management
Talent Management
Integrated Dashboards and Reporting
Customisable workflows
Tasks Management
Ability to create electronic forms (within the system - not attachments) to move away from manual / paper based forms.
Solution needs to be SaaS / Hosted, resiliently provisioned and backed up, customisable and ideally mobile first.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Qualitative Assessment of the Suppliers Response / Weighting: 70
Cost criterion - Name: Total Cost of the Solution over 5 years. / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 69
This contract is subject to renewal: Yes
Description of renewals: Option to extend the contract by a total of 2 years in 12 month increments.
II.2.10) Information about variants:
Variants will be accepted: No
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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Minimum Financial and Insurance Levels
Minimum level(s) of standards possibly required (if applicable) :
The minimum level of economic and financial standing and / or the minimum financial threshold will be assessed by Southway by performing a Dun & Bradstreet check, an ‘Overall Business Risk’ score of ‘Moderate’, ‘Low Moderate’, or ‘Low’ will be classed as a pass; a score of ‘Moderate-High” or ‘High’ will be classed as a fail.
In addition to the above, you must self-certify that you have or will obtain before the contract commences the following insurance levels:
- Employer’s (Compulsory) Liability Insurance = £10 million.
- Public Liability Insurance = £10 million.
- Professional Indemnity Insurance = £10 million
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Minimum technical requirements detailed below:
Minimum level(s) of standards possibly required (if applicable) :
- If your proposed solution is SaaS or Hosted, it must operate from Data Centres that are hosted in the EEA.
- If your proposed solution is on-premise, it must use a Microsoft SQL Database and it must utilise Southway’s existing SQL Cluster with no additional modules needing to be installed e.g. licensing.
- The proposed solution must have a responsive design i.e. it scales automatically to the different types of devices automatically.
- The proposed Recruitment, HR & Payroll solution must be fully integrated and provided from a single supplier.
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.2.2) 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: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/07/2020 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: 15/07/2020
Time: 10:05
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 No
Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Software-package-and-information-systems./3377DQ2884
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3377DQ2884
VI.4) Procedures for review
VI.4.1) Review body:
Southway Housing Trust
Manchester, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 10/06/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Southway Housing Trust
Southern Gate, 729 Princess Road, Didsbury, Manchester, M20 2LT, United Kingdom
Tel. +44 07722067596, Email: chris.shaw@shawc.co.uk
Contact: Chris Shaw
Main Address: https://www.southwayhousing.co.uk/, Address of the buyer profile: https://www.shawc.co.uk
NUTS Code: UKD3
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:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: *** CONTRACT AWARD *** Integrated Recruitment, HR & Payroll Solution
Reference number: Not Provided
II.1.2) Main CPV code:
48000000 - Software package and information systems.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: This is a Contract Award Notice for the provision of a modern and integrated, single supplier Recruitment, HR, and Payroll solution
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Lowest offer: 117,043 / Highest offer:179,810
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKD3 - Greater Manchester
Main site or place of performance:
Greater Manchester
II.2.4) Description of the procurement: *** CONTRACT AWARD *** for an integrated, single supplier Recruitment, HR & Payroll solution.
II.2.5) Award criteria:
Quality criterion - Name: Qualitative Assessment of the Suppliers Response / Weighting: 70
Cost criterion - Name: Total Cost of the Solution over 5 years. / 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: Open
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: 2020/S 114-277936
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: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/09/2020
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
MHR International UK Limited, 01852206
Peterbridge House, The Lakes, Northampton, NN4 7HB, United Kingdom
NUTS Code: UKF2
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: 117,043
Lowest offer: 117,043 / Highest offer: 179,810
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: Alcatel Period has been observed and no challenges were received.l
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=534034317
VI.4) Procedures for review
VI.4.1) Review body
Southway Housing Trust
Manchester, 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: 13/10/2020