Procurement Hub: Project Synergy Phase 2 CRM and Scheduling

  Procurement Hub is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Project Synergy Phase 2 CRM and Scheduling
Notice type: Contract Notice
Authority: Procurement Hub
Nature of contract: Services
Procedure: Open
Short Description: Places for People are seeking to appoint a sole supplier of software license services that can deliver both Customer Relationship Management and Job Scheduling licenses. The successful vendor will be able to meet the requirements laid out in the functional and non-functional requirements which accompany this tender.
Published: 20/09/2019 14:42
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Preston: Software package and information systems.
Section I: Contracting Authority
      I.1) Name and addresses
             Places for People Group Limited
             4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
             Tel. +44 1772897200, Fax. +44 1772897200, Email: neil.jones@placesforpeople.co.uk
             Contact: Neil Jones
             Main Address: www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
             NUTS Code: UK
      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: Yes.
      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-Preston:-Software-package-and-information-systems./58BXVS2TC5
      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: Project Synergy Phase 2 CRM and Scheduling       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      48000000 - Software package and information systems.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Places for People are seeking to appoint a sole supplier of software license services that can deliver both Customer Relationship Management and Job Scheduling licenses. The successful vendor will be able to meet the requirements laid out in the functional and non-functional requirements which accompany this tender.       
      II.1.5) Estimated total value:
      Value excluding VAT: 15,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      48445000 - Customer Relation Management software package.
      48330000 - Scheduling and productivity software package.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Places for People are currently undertaking a business transformation project entitled Project Synergy, which was commissioned to review all our property management business processes and applications with the intention to propose a simplified operating landscape to be supported by an enabling integrated property management solution.

Places for People has a number of distinct property management companies, covering all tenures and providing property management and landlord services within the Group. Each of these businesses have their own identity, business processes, operating models and property management applications.

Project Synergy’s Objectives are:

•To enhance the customer, staff and client experience
•To increase the operational efficiency of each Property Management company, and ultimately the Group
•To support our growth agenda and ambition to be the market leader

For the first phase of Project Synergy, Places for People conducted an OJEU compliant competitive dialogue procedure to do a deep dive into the software market to determine the best technical solutions to meet the needs of the group. From this first phase we have identified Civica and their CX platform as the basis for our requirements in terms of a Housing Management and Service Charges systems. The Group has also concluded the procurement of a middleware provider called Dell Boomi, to facilitate the integration between all the selected software products.

This second phase of procurement is seeking to appoint a software license provider for Customer Relations Management and Job Scheduling. For this contract Places for People are seeking to appoint a sole supplier of software license services that can deliver both CRM and Job Scheduling licenses and the successful vendor will be able to meet our requirements laid out in the functional and non-functional requirements. We will then select a design and implementation partner to work collaboratively with Places for People and with Civica to build a solution that delivers the objectives of the project.

Documents related to the previous procurement can be found here in the link below, but are for context and information only https://www.dropbox.com/sh/tyx5il170y3q9h6/AABB5-VBRW7-Gj7VmP1-UJpna?dl=0
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Qualitative / Weighting: 70
                        
            Cost criterion - Name: Quantitative / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/58BXVS2TC5       


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:          
      As prescribed within the supporting 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    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      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: Places for People's use of the accelerated procedure would is justified given the urgency of this project caused by the inability to appoint a suitable vendor during the first procurement phase. As such an accelerated OJEU compliant route is need to appoint a supplier to enable timescales for the overall solution to be achieved.   
   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: Yes       
   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: 07/10/2019 Time: 12:00
            
      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): 12
      
      IV.2.7) Conditions for opening of tenders:
         Date: 07/10/2019
         Time: 12:00
      

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 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-Preston:-Software-package-and-information-systems./58BXVS2TC5

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/58BXVS2TC5
   VI.4) Procedures for review
   VI.4.1) Review body:
             Crown Commercial Services
       1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
       Tel. +44 3450103503, Fax. +44 3450103503, Email: supplier@crowncommercial.gov.uk
       Internet address: https://www.gov.uk/government/organisations/crown-commercial-service
   VI.4.2) Body responsible for mediation procedures:
             High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 02079476000, Fax. +44 02079476000, Email: royalcourtsofjustice.jc@citizensadvice.org.uk
   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:
          Crown Commercial Services
       1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
       Tel. +44 3450103503, Fax. +44 3450103503, Email: supplier@crowncommercial.gov.uk
       Internet address: https://www.gov.uk/government/organisations/crown-commercial-service
   VI.5) Date Of Dispatch Of This Notice: 20/09/2019

Annex A


View any Notice Addenda

View Award Notice