Shaw Consulting Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Digital Workplace and EDM Solution |
Notice type: | Contract Notice |
Authority: | Shaw Consulting Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | This procurement is focussed on extending the use of Microsoft 365 to implement a “Digital Workplace” environment that capitalises on 365 functionality to develop a more efficient working environment through a centralised platform for information, communication, and collaboration. Southway has identified key areas of focus to be (i) and effective Intranet that is the hub of working activities, (ii) effective document management. |
Published: | 24/06/2021 14:32 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Southway Housing Trust
Southern Gate, 729 Princess Road, Didsbury, M20 2LT, United Kingdom
Tel. +44 07722067596, Email: chris.shaw@shawc.co.uk
Contact: Email or Phone
Main Address: https://www.southwayhousing.co.uk/, Address of the buyer profile: https://www.shawc.co.uk
NUTS Code: UKD33
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-Didsbury:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./C2DSD223FK
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: Digital Workplace and EDM Solution
Reference Number: Not provided
II.1.2) Main CPV Code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This procurement is focussed on extending the use of Microsoft 365 to implement a “Digital Workplace” environment that capitalises on 365 functionality to develop a more efficient working environment through a centralised platform for information, communication, and collaboration. Southway has identified key areas of focus to be (i) and effective Intranet that is the hub of working activities, (ii) effective document management.
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:
Not Provided
II.2.3) Place of performance:
UKD33 Manchester
II.2.4) Description of procurement: The core objectives for Microsoft 365 have been identified as needing to replace three existing projects that were already under review prior to considering Microsoft 365. The first two of these projects will create the framework for delivering future efficiencies which Southway see as their Digital Workplace, and will result in an effective Intranet and Document Management platform. In short, these initial objectives are:
Objective 1 - Intranet replacement.
Objective 2 - Document Management – General business needs.
The third requirement is an existing business efficiency project that merges well into the 365 project utilising the 365 framework to deliver more effective financial management processes across the business.
Objective 3 – Invoice Automation – Finance Process Enhancement.
Such environments could be described as many things by suppliers and customers; however, for the purpose of this tender, we will refer to Southway’s desired environment as “Digital Workplace”.
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: 12
This contract is subject to renewal: Yes
Description of renewals: Annual renewals for up to 5 years.
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:
Educational and professional qualifications required:
the supplier’s proposed project managers must be certified in an internationally recognised project management methodology e.g. PRINCE2, Agile.
your organisation must be ISO9001:2015 certified or have an equivalent quality management system.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Finance Checks and Insurance Levels as detailed below:
Minimum level(s) of standards possibly required (if applicable) :
FINANCE CHECKS
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 failure.
INSURANCE LEVELS
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:
There are a number of technical pass / fail requirements detailed in the SSQ and these are detailed below:
Minimum level(s) of standards possibly required (if applicable) :
Microsoft Gold Partner
Microsoft SharePoint Services Gold Partner
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: 30/07/2021 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: 02/08/2021
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-Didsbury:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./C2DSD223FK
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C2DSD223FK
VI.4) Procedures for review
VI.4.1) Review body:
Southway Housing Trust
Southern Gate, 729 Princess Road, Didsbury, M20 2LT, 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: 24/06/2021
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, M20 2LT, United Kingdom
Tel. +44 07722067596, Email: chris.shaw@shawc.co.uk
Contact: Email or Phone
Main Address: https://www.southwayhousing.co.uk/, Address of the buyer profile: https://www.shawc.co.uk
NUTS Code: UKD33
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 *** for a Digital Workplace and EDM Solution
Reference number: Not Provided
II.1.2) Main CPV code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: *** CONTRACT AWARD *** for extending the use of Microsoft 365 to implement a “Digital Workplace” and an effective "document management solution" on SharePoint Online.
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: 174,903 / Highest offer:303,196
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKD33 - Manchester
Main site or place of performance:
Manchester
II.2.4) Description of the procurement: The core objectives for Microsoft 365 have been identified as needing to replace three existing projects that were already under review prior to considering Microsoft 365. The first two of these projects will create the framework for delivering future efficiencies which Southway see as their Digital Workplace, and will result in an effective Intranet and Document Management platform. In short, these initial objectives are:
Objective 1 - Intranet replacement.
Objective 2 - Document Management – General business needs.
The third requirement is an existing business efficiency project that merges well into the 365 project utilising the 365 framework to deliver more effective financial management processes across the business.
Objective 3 – Invoice Automation – Finance Process Enhancement.
Such environments could be described as many things by suppliers and customers; however, for the purpose of this tender, we will refer to Southway’s desired environment as “Digital Workplace”.
II.2.5) Award criteria:
Quality criterion - Name: Qualitative Assessment of the Suppliers Response / Weighting: 60
Cost criterion - Name: Total Cost / Weighting: 40
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: 2021/S 000-014432
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: 01/11/2021
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)
Technology Services Group Ltd, 04816673
Q11, Quorum Business Park, Benton Lane, Newcastle upon Tyne, NE12 8BU, United Kingdom
NUTS Code: UKC
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: Not Provided
Total value of the contract/lot: 174,903
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=635564065
VI.4) Procedures for review
VI.4.1) Review body
Southway Housing Trust
Southern Gate, 729 Princess Road, Didsbury, M20 2LT, 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: 02/11/2021