Shaw Consulting Ltd: Software as a Service Finance Solution

  Shaw Consulting Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Software as a Service Finance Solution
Notice type: Contract Notice
Authority: Shaw Consulting Ltd
Nature of contract: Services
Procedure: Open
Short Description: The provision of a Software as a Service Finance Solution to include all the required implementation and transformation services.
Published: 02/07/2021 13:00
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-Chester: Information technology services.
Section I: Contracting Authority
      I.1) Name and addresses
             Muir Group Housing Association Ltd
             80 Lightfoot Street, Hoole, Chester, CH2 3AL, United Kingdom
             Tel. +44 7722067596, Email: chris.shaw@shawc.co.uk
             Contact: Email or Phone
             Main Address: https://www.muir.org.uk/, Address of the buyer profile: https://www.shawc.co.uk
             NUTS Code: UKD63
      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-Chester:-Information-technology-services./2B5AH895G7
      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: Software as a Service Finance Solution       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      72222300 - Information technology services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The provision of a Software as a Service Finance Solution to include all the required implementation and transformation services.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      48440000 - Financial analysis and accounting software package.
      
      II.2.3) Place of performance:
      UKD63 Cheshire West and Chester
      
      II.2.4) Description of procurement: Muir Group are looking to replace their existing, on Premise Sun Accounts system with a Software as a Service Solution.

The scope of this project comprises the following requirements of the SAAS Solution for 15 core finance users and 150 staff across the business for self service.
- financial ledgers (general, purchase, sales, and cashbook).
- flexible, user friendly reporting capability.
- budgeting and financial planning functionality.
- purchase to pay solution (purchase order processing); and
- flexible, robust, and simple functionality to integrate with other systems e.g. principally Civica Cx, Keystone, RAM, SDS Proval & Sequel, AllPay and other line of business systems.

The high-level requirements for the fully integrated, single supplier SaaS solution are detailed below:

- General Ledger
- Project Accounting
- Purchase Ledger
- Sales Ledger & Debt Management
- Cashbook & Bank
- VAT
- Fixed Assets
- Budget Planning & Forecasting
- P2P
- Self Service
- Mobile Working
- Workflow
- Reporting & Dashboards
- Search Facilities

The appointed supplier must work with Muir Groups internal team to ensure the proposed solution transforms the way they currently work and that it is successfully adopted by all users of the business. As part of delivering the new SaaS solution, you must work with Muir Group to design and implement a new Chart of Accounts.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will include a break clause in year 2 and could include further extensions of 24 months after the first 5 years. 5 years / 60 months will start after the system has gone live. Any extension will be dependent on the satisfactory performance of the delivered solution and suppliers services.
      
      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/PF928WC7ST       


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:          
      The following are Pass / Fail.

1.the supplier’s proposed project managers must be certified in an internationally recognised project management methodology e.g. PRINCE2, Agile.
2.Your organisation must be ISO9001:2015 certified or have an equivalent quality management system.
3.Your organisation must be compliant with UK GDPR requirements and registered with the ICO.
4.Your organisation must be ISO27001 certified or have an equivalent security certification.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      1. Please provide your yearly turnover in the business area covered by the contract and ensure you provide 3 financial years of information.

2. You must self-certify that you have or will obtain before the contract commences the minimum insurance levels detailed below:

3. The minimum level of economic and financial standing and / or the minimum financial threshold will be assessed by Link by performing a Dunn & Bradstreet credit check, a score of average (or its equivalent) or above will be classed as a pass; anything below average (or its equivalent) will be a fail.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Minimum Insurance Levels
 Employer’s (Compulsory) Liability Insurance = £10 million
 Public Liability Insurance = £5 million
 Professional Indemnity Insurance = £5 million
 Product Liability Insurance = £5 million

Dunn & Bradstreet Check Minimum Levels:
 a score of average (or its equivalent) or above will be classed as a pass; anything below average (or its equivalent) will be a fail.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      1. You must provide a minimum of 3 examples of public service contracts over the last 3 years which are identical to the requirements that
Muir Group are requesting.
2. The proposed solution must be integrated to Microsoft Azure Active Directory to provide single sign on (SSO) using pass through credentials.
3. The proposed solution should have the capability to be seamlessly integrated, bi-directionally with Muir Group’s core business systems through a published set of APIs.
4. The solution must be accessible from any location, across any device type, and accessed through a web browser and not requiring any locally installed client or plugin for the browser.
5. The proposed solution has a responsive design i.e. it will resize the screens to the type of device (Laptop, Smartphone, Tablet) it is using automatically.
6. The solution must be a true SaaS solution and not a privately hosted solution or an on-premise solution.
7. The solution must be fully integrated, from a single provider and use just one backend database.
8. The supplier of the proposed solution must be certified by the software vendor at the highest available level e.g. Gold, Platinum, etc.    
      Minimum level(s) of standards possibly required (if applicable) :          
      all requirements stated above are pass / fail requirements.
      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   
   
   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: 20/08/2021 Time: 17:00
            
      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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 23/08/2021
         Time: 09:00
         Place:
         Virtually
      

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-Chester:-Information-technology-services./2B5AH895G7

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2B5AH895G7
   VI.4) Procedures for review
   VI.4.1) Review body:
             Muir Group Housing Association
       80 Lightfoot Street, Hoole, Chester, CH2 3AL, 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: 02/07/2021

Annex A


View any Notice Addenda

Software as a Service Finance Solution

UK-Chester: Information technology services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Muir Group Housing Association Ltd
       80 Lightfoot Street, Hoole, Chester, CH2 3AL, United Kingdom
       Tel. +44 7722067596, Email: chris.shaw@shawc.co.uk
       Contact: Email or Phone
       Main Address: https://www.muir.org.uk/, Address of the buyer profile: https://www.shawc.co.uk
       NUTS Code: UKD63

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Software as a Service Finance Solution      Reference number: Not Provided      
   II.1.2) Main CPV code:
      72222300 - Information technology services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: The provision of a Software as a Service Finance Solution to include all the required implementation and transformation services.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 06/07/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 326160   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 02/07/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: III.1.3)          
         Lot No: Not provided          
         Place of text to be modified: Technical and professional ability. List and brief description of selection criteria:          
         Instead of: 1. You must provide a minimum of 3 examples of public service contracts over the last 3 years which are identical to the requirements that
Muir Group are requesting.
2. The proposed solution must be integrated to Microsoft Azure Active Directory to provide single sign on (SSO) using pass through credentials.
3. The proposed solution should have the capability to be seamlessly integrated, bi-directionally with Muir Group’s core business systems through a published set of APIs.
4. The solution must be accessible from any location, across any device type, and accessed through a web browser and not requiring any locally installed client or plugin for the browser.
5. The proposed solution has a responsive design i.e. it will resize the screens to the type of device (Laptop, Smartphone, Tablet) it is using automatically.
6. The solution must be a true SaaS solution and not a privately hosted solution or an on-premise solution.
7. The solution must be fully integrated, from a single provider and use just one backend database.
8. The supplier of the proposed solution must be certified by the software vendor at the highest available level e.g. Gold, Platinum, etc.          
         Read: 1. You must provide details of up to three contracts, in any combination from either the public or private sector; voluntary, charity or social enterprise (VCSE) that are relevant to our requirements as described in Section 6.1 of the SQQ.
2. The proposed solution must be integrated to Microsoft Azure Active Directory to provide single sign on (SSO) using pass through credentials.
3. The proposed solution should have the capability to be seamlessly integrated, bi-directionally with Muir Group’s core business systems through a published set of APIs.
4. The solution must be accessible from any location, across any device type, and accessed through a web browser and not requiring any locally installed client or plugin for the browser.
5. The proposed solution has a responsive design i.e. it will resize the screens to the type of device (Laptop, Smartphone, Tablet) it is using automatically.
6. The solution must be a true SaaS solution and not a privately hosted solution or an on-premise solution.
7. The solution must be fully integrated, from a single provider and use just one backend database.
8. The supplier of the proposed solution must be certified by the software vendor at the highest available level e.g. Gold, Platinum, etc.
                                    
   
VII.2) Other 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-Chester:-Information-technology-services./2B5AH895G7

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2B5AH895G7


View Award Notice

UK-Chester: Information technology services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Muir Group Housing Association Ltd
       80 Lightfoot Street, Hoole, Chester, CH2 3AL, United Kingdom
       Tel. +44 7722067596, Email: chris.shaw@shawc.co.uk
       Contact: Email or Phone
       Main Address: https://www.muir.org.uk/, Address of the buyer profile: https://www.shawc.co.uk
       NUTS Code: UKD63

   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 NOTIUCE **** for Software as a Service Finance Solution            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         72222300 - Information technology services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This is the CONTRACT AWARD NOTICE for the provision of a Software as a Service Finance Solution to include all the required implementation and transformation services.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 334,924.5
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            48440000 - Financial analysis and accounting software package.


      II.2.3) Place of performance
      Nuts code:
      UKD63 - Cheshire West and Chester
   
      Main site or place of performance:
      Cheshire West and Chester
             

      II.2.4) Description of the procurement: CONTRACT AWARD FOR A SAAS FINANCE SOLUTION

      II.2.5) Award criteria:
      Quality criterion - Name: Qualitative response / Weighting: 70
                  
      Cost criterion - Name: Total cost of ownership of the solution over 5 years from go live. / 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: Award is subject to concluding contracts


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: 2021/S 000-015604
      
   

   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: 12/10/2021

      V.2.2) Information about tenders
         Number of tenders received: 4
         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)
             Sapphire Systems, 02777799
             32 London Bridge St., London, SE1 9SG, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      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: 334,924.5
         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 have been observed and no challenges were received.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=634118775

   VI.4) Procedures for review

      VI.4.1) Review body
          Muir Group Housing Association
          80 Lightfoot Street, Hoole, Chester, CH2 3AL, 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: 14/10/2021