Stonewater Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Census Services |
Notice type: | Contract Notice |
Authority: | Stonewater Limited |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | This requirement entails census services that aim to conduct a comprehensive customer census for approximately 33,000 homes. The project’s core objective is to enable residents to update their information via an online census form, the data input into the online form must be able to integrate into ActiveH. Key components of the services include, customer engagement, presentation and display of census results and household member management. The system must support vulnerabilities & disability changes and must meet ongoing reporting requirements of monitoring census performance. The eventual supplier is expected to provide a solution that complies with the above requirements. |
Published: | 12/01/2024 14:26 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Stonewater Commercial Limited
Suite C, Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
Tel. +44 791755557, Email: joey.barron@stonewater.org
Contact: Joey Barron
Main Address: https://www.stonewater.org/
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: 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-Leicester:-Industry-specific-software-development-services./CD77K344CU
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/CD77K344CU 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: Census Services
Reference Number: Not provided
II.1.2) Main CPV Code:
72212100 - Industry specific software development services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This requirement entails census services that aim to conduct a comprehensive customer census for approximately 33,000 homes. The project’s core objective is to enable residents to update their information via an online census form, the data input into the online form must be able to integrate into ActiveH.
Key components of the services include, customer engagement, presentation and display of census results and household member management. The system must support vulnerabilities & disability changes and must meet ongoing reporting requirements of monitoring census performance.
The eventual supplier is expected to provide a solution that complies with the above requirements.
II.1.5) Estimated total value:
Value excluding VAT: 100,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This requirement entails census services that aim to conduct a comprehensive customer census for approximately 33,000 homes. The project’s core objective is to enable residents to update their information via an online census form, the data input into the online form must be able to integrate into ActiveH.
Key components of the services include, customer engagement, presentation and display of census results and household member management. The system must support vulnerabilities & disability changes and must meet ongoing reporting requirements of monitoring census performance.
The eventual supplier is expected to provide a solution that complies with the above requirements.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality Criteria A: Project Delivery/Fulfilment / Weighting: 21
Quality criterion - Name: Quality Criteria B: Testing / Weighting: 3.6
Quality criterion - Name: Quality Criteria C: Engaging with Customers / Weighting: 9.8
Quality criterion - Name: Quality Criteria D: Data Integrity / Weighting: 8.4
Quality criterion - Name: Quality Criteria E: IT / Weighting: 5.2
Quality criterion - Name: Quality Criteria F: Red Flags/Safeguarding / Weighting: 2
Quality criterion - Name: Quality Criteria G: Social Value and Sustainability / Weighting: 10
Cost criterion - Name: To / Weighting: 40
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: 4 x 12 month optional extensions. These extensions are optional to Stonewater.
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:
Listed within documents
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
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: 19/02/2024 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): 4
IV.2.7) Conditions for opening of tenders:
Date: 19/02/2024
Time: 12:00
Place:
Online via the Delta Portal
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Upon the expiry of this contract, which is an initial 12 month contract, with 4 x 12 month optional extensions.
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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-Leicester:-Industry-specific-software-development-services./CD77K344CU
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/CD77K344CU
VI.4) Procedures for review
VI.4.1) Review body:
His Majesty's High Court of Justice
Strand, London, London, WC2A 2LL, 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:
Jephson Housing Association Group
Unit 12, Narrowboat Way, Brierley Hill, DY5 1UF, United Kingdom
Tel. +44 1384471065
VI.5) Date Of Dispatch Of This Notice: 12/01/2024
Annex A