National Audit Office is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of a replacement Enterprise Resource Planning IT system (s) |
Notice type: | Contract Notice |
Authority: | National Audit Office |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The NAO is inviting expressions of interest, through the completion of a pre-qualification questionnaire (PQQ), for potential bidders wishing to tender to provide a replacement for an existing Oracle e-Business Suite system with additional areas of functionality to cover training, resource, absence and performance management, in addition to staff allocation. The PQQ is available via the BiP Delta e-sourcing suite at: https://www.delta-esourcing.com Once registered please enter: Access Code: D47594RQZU to access the procurement documentation. |
Published: | 05/03/2014 13:47 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
National Audit Office
157-197 Buckingham Palace Road, Victoria, SW1W 9SP, United Kingdom
Tel. +44 02077987372, Email: Z3-Procurement@nao.gsi.gov.uk, URL: www.nao.org.uk, URL: http://nao.g2b.info/
Contact: Central Procurement Team
Electronic Access URL: www.delta-esourcing.com go to 'your Response Manager' and add the following Access Code:D47594RQZU
Electronic Submission URL: www.delta-esourcing.com go to 'your Response Manager' and add the following Access Code:D47594RQZU
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:
Body governed by public law
I.3) Main activity:
Economic and Financial Affairs
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 replacement Enterprise Resource Planning IT system (s)
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
Region Codes: UK - UNITED KINGDOM
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:
Enterprise resource planning software package. Enterprise resource planning software development services. Accounting software package. Financial analysis and accounting software package. Accounting system. System and support services. Database software package. Time accounting or human resources software development services. Software implementation services. Time accounting or human resources software package. Financial analysis and accounting software development services. Financial analysis software development services. The NAO is inviting expressions of interest, through the completion of a pre-qualification questionnaire (PQQ), for potential bidders wishing to tender to provide a replacement for an existing Oracle e-Business Suite system with additional areas of functionality to cover training, resource, absence and performance management, in addition to staff allocation. The PQQ is available via the BiP Delta e-sourcing suite at: https://www.delta-esourcing.com Once registered please enter: Access Code: D47594RQZU to access the procurement documentation.
II.1.6)Common Procurement Vocabulary:
48451000 - Enterprise resource planning software package.
72212451 - Enterprise resource planning software development services.
48443000 - Accounting software package.
48440000 - Financial analysis and accounting software package.
48444000 - Accounting system.
72250000 - System and support services.
48611000 - Database software package.
72212450 - Time accounting or human resources software development services.
72263000 - Software implementation services.
48450000 - Time accounting or human resources software package.
72212440 - Financial analysis and accounting software development services.
72212441 - Financial analysis software development services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
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:
The following core areas of functionality are required:
• Business Management including the following:
• Setting and maintenance of budgets including their aggregation from project level and ability to set, monitor and analyse data
• Controlling of budgets including alerting and reporting changes
• Time recording activities
• Forecasting against costs and staff requirements
• Maintaining details of actual and committed spend against budgets
• Retention of historic data for analysis and forecasting
• Procurement – support for the whole procurement lifecycle including e-Payments/e-Invoicing and self service functionality to cover approval and receipting of purchase orders. An e-Tendering facility and contract management functionality to include requisitioning against budget, supplier management and receipting with supplier access for certain areas of functionality such as procurement and invoicing. Also ability to link to Government e-Marketplace
• Payroll – support to enable the payment of staff with the ability to maintain all core payroll data including salary, tax codes, overtime, benefits, pension payments in addition to supporting on-line payslip (RTI), interface to payments, expenses, P11D/ P60 processing, HMRC interface, and pension provider interface (PCSPS)
• HR – including the following:
• Core HR including the management of basic employee information including name, address, dob, etc
• Resource allocation - job creation, staff allocation to individual jobs and associated reporting including conflicts, shortfalls and impact of leave
• Absence management including details of leave, sickness etc
• Performance management including progress reviews, appraisals, objective setting etc
• Training management – details of all training courses available, bookings and financial management
• Code of Conduct – maintaining a record of annual declarations and status
• Workforce planning – including the analysis of workforce trends such as leavers to support future recruitment requirements
• Self-service – access to and maintenance of basic staff data
• Financial Reporting – covering General Ledger, Accounts Payable and Receivable, Fixed Assets and Cash Management and expenses, along with the ability to allocate and manage budgets. Staff should be capable of undertaking self service functionality for timesheet and expenses completion including the facility for these to be reviewed and approved. Support is required for the management of all payment methods covering the authorisation and tracking of spend along with the allocation of budgets including cheques, BACS and the Government Procurement Card (GPC). Reporting on all NAO’s spend with third parties
• Workflow – automated process flows across the organisation
• Reporting and Management Information – standard and ad-hoc reporting facilities including the ability to export into various formats for use by other systems.
Note that the following areas of data will not be maintained within the system:
• Recruitment management covering the end-to-end recruitment process from definition of requirement through selection and interviewing through to selection. This is not required due to there already being a three year contract in place for this service. Note that, once a candidate has been selected, details will need to be captured including information on security and health.
Reporting and management information has been identified as a key requirement, in addition to the ability to export for wider Business Intelligence.
Around 1000 staff will need some access to the functionality. They are primarily based in the London office but around 100 staff work in the Newcastle office. Staff have the capability to work remotely via secure connections to the Authority’s network.
The scope of support required will include:
• Licences
o Number of users by areas of functionality
o Level of flexibility
• Licence support
o Annual renewal – costs required for 5 years plus 1 year optionally afterwards
• Design and implementation
o Setup
o Workflow design
o Configuration for each functional area
• Installation
o Configuration for all staff
o On-site (if appropriate)
• Business Change
o Support business alignment to new workflows
• Training
o Number of staff
o Train the trainer
o Skills transfer to enable the NAO to undertake configuration and workflow changes
• 2nd line support
o Remote support including for DR.
Estimated value excluding VAT: 1,000,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The resultant contract may also include options for any of the accompanying / additional modules within the Enterprise Resource Planning solution offered. The following areas of functionality may be exercised under the contract, including (but not limited to): Customer Relationship Management (CRM), maintenance of staff skills.
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 84 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
No deposits will be required but where applicable the successful tenderer (or in the case of a consortium bid, each member of the consortium) may be required to provide a parent company guarantee or alternative performance bond.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but if a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into a Contract.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
The Contract will be subject to the National Audit Office's Terms and Conditions of Contract.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Participants will be assessed in accordance with the UK Public Contracts Regulations 2006. The objective of the Pre-Qualification process is to assess the response to the Pre-qualification questionnaire (PQQ) and select potential Suppliers to proceed to the next stage of the procurement. The PQQ will be assessed against the criteria with weighting as indicated in the PQQ. The PQQ can be found at: https://www.delta-esourcing.com Once registered, enter Access Code: D47594RQZU
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Participants will be assessed in accordance with the UK Public Contracts Regulations 2006. The objective of the Pre-Qualification process is to assess the response to the Pre-qualification questionnaire (PQQ) and select potential Suppliers to proceed to the next stage of the procurement. The PQQ response will be assessed against the criteria with weighting as indicated in the PQQ. The procurement documentation can be found at: https://www.delta-esourcing.com Once registered, enter Access Code: D47594RQZU
Minimum Level(s) of standards possibly required:
The Contracting Authority requires that Economic Operators must have had annual turnover every year for the last two (2) consecutive years of at least £2,000,000 (GBP). Failure to meet the turnover requirements will result in the Economic Operator being eliminated from the rest of the procurement process.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Information and formalities necessary for evaluating if the requirements are met:
Participants will be assessed in accordance with the UK Public Contracts Regulations 2006. The objective of the Pre-Qualification process is to assess the response to the Pre-qualification questionnaire (PQQ) and select potential Suppliers to proceed to the next stage of the procurement. The PQQ response will be assessed against the criteria with weighting as indicated in the Pre Qualification QuestionnairePQQ . The procurement documentationPQQ can be found at: https://www.delta-esourcing.com Once registered, enter Access Code: D47594RQZU
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: No
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: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5 and maximum number: 10
Objective Criteria for choosing the limited number of candidates:
NAO considers that this number will enable proper and thorough administration of the process while maintaining genuine competition between bidders. Details of the qualification and selection criteria and weightings (where applicable) are provided in the Pre-Qualification Questionnaire (PQQ). These include (but are not limited to) the following selection criteria to determine technical and professional ability:
• Quality assurance
• Data security
• Sensitive data
• Capacity
• Relevant experience
• Approach and methodology
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: Not Provided
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: GEN_13_14
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 03/04/2014
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 04/04/2014
Time: 17:00
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: No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Victoria:-Enterprise-resource-planning-software-package./D47594RQZU
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/D47594RQZU
GO-201435-PRO-5505853 TKR-201435-PRO-5505852
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
National Audit Office
157-197 Buckingham Palace Road, Victoria, SW1W 9SP, United Kingdom
Tel. +44 2077987372
Body responsible for mediation procedures:
National Audit Office
157-197 Buckingham Palace Road, Victoria, SW1W 9SP, United Kingdom
Tel. +44 2077987372
VI.4.2)Lodging of appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point when information on the award of the contract is communicated to tenderers. Participants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the participant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The UK Public Contracts Regulations 2006 (SI 2006 No. 5), as amended, provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period.
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: 05/03/2014
ANNEX A
View any Notice Addenda
Section I: Contracting Authority
Title: UK-Victoria: Enterprise resource planning software package.
I.1)Name, Addresses And Contact Point(s)
National Audit Office
157-197 Buckingham Palace Road, Victoria, SW1W 9SP, United Kingdom
Tel. +44 02077987372, Email: Z3-Procurement@nao.gsi.gov.uk, URL: www.nao.org.uk, URL: http://nao.g2b.info/
Contact: Central Procurement Team
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Provision of a replacement Enterprise Resource Planning IT system (s)
II.1.2)Short description of the contract or purchase:
Enterprise resource planning software package. Enterprise resource planning software development services. Accounting software package. Financial analysis and accounting software package. Accounting system. System and support services. Database software package. Time accounting or human resources software development services. Software implementation services. Time accounting or human resources software package. Financial analysis and accounting software development services. Financial analysis software development services. A replacement for an existing Oracle e-Business Suite system with additional areas of functionality to cover training, resource, absence and performance management, in addition to staff allocation.
II.1.3)Common procurement vocabulary:
48451000 - Enterprise resource planning software package.
72212451 - Enterprise resource planning software development services.
48443000 - Accounting software package.
48440000 - Financial analysis and accounting software package.
48444000 - Accounting system.
72250000 - System and support services.
48611000 - Database software package.
72212450 - Time accounting or human resources software development services.
72263000 - Software implementation services.
48450000 - Time accounting or human resources software package.
72212440 - Financial analysis and accounting software development services.
72212441 - Financial analysis software development services.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Restricted
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: GEN_13_14
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2015 - 130910
IV.2.3)Notice to which this publication refers
Notice number in OJ: 2014/S 47 - 78878 of 07/03/2014
IV.2.4)Date of dispatch of the original Notice: 05/03/2014
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Incomplete Procedure
VI.2)Information on incomplete awarding procedure
The awarding procedure has been discontinued.
VI.4)Other additional information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=129322991
GO-201525-PRO-6344664 TKR-201525-PRO-6344663
VI.5)Date of dispatch: 05/02/2015