Notting Hill Genesis: NHG P2P System

  Notting Hill Genesis is using Delta eSourcing to run this tender exercise

Notice Summary
Title: NHG P2P System
Notice type: Contract Notice
Authority: Notting Hill Genesis
Nature of contract: Supplies
Procedure: Restricted
Short Description: NHG are looking to establish a single supplier contract for the provision of a Procure to Pay Software Solution. Since the merger NHG have been using the legacy NHH system for our Procure to Pay system. NHG process a high volume of payments and would like to procure a system which can efficiently process these high volumes. NHG are not just looking for a simple P2P system, we require a system which will integrate with multiple other systems which are critical to the running of NHG, full details of these systems and NHG's requirements can be found within the ITT documentation.
Published: 10/08/2020 13:01
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-London: Software package and information systems.
Section I: Contracting Authority
      I.1) Name and addresses
             Notting Hill Genesis, United Kingdom
             Bruce Kenrick House, 2 Kilick Street, London, N1 9FL, United Kingdom
             Tel. +44 3330003000, Email: nicole.ward@nhg.org.uk
             Contact: Nicole Ward
             Main Address: http://www.nhggroup.org.uk, Address of the buyer profile: http://www.nhggroup.org.uk
             NUTS Code: UKI
      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-London:-Software-package-and-information-systems./2G5RYAZ4C2
      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: NHG P2P System       
      Reference Number: PROC1158
      II.1.2) Main CPV Code:
      48000000 - Software package and information systems.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: NHG are looking to establish a single supplier contract for the provision of a Procure to Pay Software Solution. Since the merger NHG have been using the legacy NHH system for our Procure to Pay system. NHG process a high volume of payments and would like to procure a system which can efficiently process these high volumes.

NHG are not just looking for a simple P2P system, we require a system which will integrate with multiple other systems which are critical to the running of NHG, full details of these systems and NHG's requirements can be found within the ITT documentation.       
      II.1.5) Estimated total value:
      Value excluding VAT: 850,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      48440000 - Financial analysis and accounting software package.
      48442000 - Financial systems software package.
      48100000 - Industry specific software package.
      48490000 - Procurement software package.
      72212400 - Business transaction and personal business software development services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: NHG are looking for a P2P system which will integrate with our existing Finance System SUN. There are several other systems which the new P2P system will need to be able to integrate with, which are vital to running of NHG. Full details of these can be found within the Invitation to Tender Documents.

The new P2P system is expected to make use of “e-invoicing”, i.e. the ability to match transactions automatically using a data-feed and/or artificial intelligence, with limited manual intervention. At present, circa 30% of invoices are processed by incumbent supplier through the method of e-invoicing.

The new system is expected to support NHG with our flexible working policy and to allow remote working, whether at home, or in the community, and in the context of future-proofing the digital operations of NHG, we envisage that a new P2P system will be expected to make use of “cloud technology”, and incorporate mobile capability, in line with the NHG Digital Strategy.

The procurement is using the restricted procedure to allow NHG to reduce the number of bidders being brought through to the ITT stage. The top 5 - 7 Bidders who meet our minimum requirements as outlined in the SQ will be invited to the tender stage and will be evaluated on their response to the following areas;
- Quality Questions
- Technical Questions
- Pricing

These responses will be evaluated by the evaluation panel and the top 3 highest scoring bidders will be invited to present their solution to a wider evaluation project team.

The winning bidder will be the Most economically advantageous tender and will not be scored on price alone. Full details of the evaluation process can be found in the Invitation to Tender documents.
      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: 850,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: It will be possible to extend this contract for another 36 months, if NHG are satisfied with the performance of the supplier during the initial term of the contract.

Please note the value of the contract includes the extension period of 3 years
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 7       
      Objective criteria for choosing the limited number of candidates: 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/2G5RYAZ4C2       


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:          
      Not Provided       
      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.2.2) 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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - 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: 14/09/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 30/09/2020       
      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:
         Until: 28/05/2021
      
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used No       
   VI.3) Additional Information: For more information about this tender, please refer to the tender documentation. This includes the Invitation to Tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./2G5RYAZ4C2

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2G5RYAZ4C2
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Royal Court of Justice
       The Strand, London, WC2A2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             The Royal Court of Justice
          The Strand, London, WC2A2LL, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    In accordance with Regulation 86 (notices of decisions to award a contract or conclude a Framework Agreement); regulation 87 (standstill period) and the other relevant provisions of the Public Contracts Regulations 2015, following any decision to award a contract or contracts the Contracting Authority will be providing debriefing information to unsuccessful bidders and observe a minimum 10 day standstill period before the contracts are entered into. Notting Hill Genesis reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this notice.    
   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: 10/08/2020

Annex A


View any Notice Addenda

View Award Notice

UK-London: Software package and information systems.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Notting Hill Genesis, United Kingdom
       Bruce Kenrick House, 2 Kilick Street, London, N1 9FL, United Kingdom
       Tel. +44 3330003000, Email: nicole.ward@nhg.org.uk
       Contact: Nicole Ward
       Main Address: http://www.nhggroup.org.uk, Address of the buyer profile: http://www.nhggroup.org.uk
       NUTS Code: UKI

   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: NHG P2P System            
      Reference number: PROC1158

      II.1.2) Main CPV code:
         48000000 - Software package and information systems.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: NHG are looking to establish a single supplier contract for the provision of a Procure to Pay Software Solution. Since the merger NHG have been using the legacy NHH system for our Procure to Pay system. NHG process a high volume of payments and would like to procure a system which can efficiently process these high volumes.

NHG are not just looking for a simple P2P system, we require a system which will integrate with multiple other systems which are critical to the running of NHG, full details of these systems and NHG's requirements can be found within the ITT documentation.

      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: 796,000 / Highest offer:913,000         
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            48440000 - Financial analysis and accounting software package.
            48442000 - Financial systems software package.
            48100000 - Industry specific software package.
            48490000 - Procurement software package.
            72212400 - Business transaction and personal business software development services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: NHG are looking for a P2P system which will integrate with our existing Finance System SUN. There are several other systems which the new P2P system will need to be able to integrate with, which are vital to running of NHG. Full details of these can be found within the Invitation to Tender Documents.

The new P2P system is expected to make use of “e-invoicing”, i.e. the ability to match transactions automatically using a data-feed and/or artificial intelligence, with limited manual intervention. At present, circa 30% of invoices are processed by incumbent supplier through the method of e-invoicing.

The new system is expected to support NHG with our flexible working policy and to allow remote working, whether at home, or in the community, and in the context of future-proofing the digital operations of NHG, we envisage that a new P2P system will be expected to make use of “cloud technology”, and incorporate mobile capability, in line with the NHG Digital Strategy.

The procurement is using the restricted procedure to allow NHG to reduce the number of bidders being brought through to the ITT stage. The top 5 - 7 Bidders who meet our minimum requirements as outlined in the SQ will be invited to the tender stage and will be evaluated on their response to the following areas;
- Quality Questions
- Technical Questions
- Pricing

These responses will be evaluated by the evaluation panel and the top 3 highest scoring bidders will be invited to present their solution to a wider evaluation project team.

The winning bidder will be the Most economically advantageous tender and will not be scored on price alone. Full details of the evaluation process can be found in the Invitation to Tender documents.

      II.2.5) Award criteria:
       Not Provided

      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: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: 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: 2020/S 162-395282
      
   

   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: 15/02/2021

      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)
             Medius Software Limited, 04220636
             Grafton House, Grafton Street, Hyde, Chesire, SK14 2AX, United Kingdom
             NUTS Code: UKI
            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          
         Lowest offer: 796,400 / Highest offer: 913,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: For more information about this tender, please refer to the tender documentation. This includes the Invitation to Tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=581555254

   VI.4) Procedures for review

      VI.4.1) Review body
          The Royal Court of Justice
          The Strand, London, WC2A2LL, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          The Royal Court of Justice
          The Strand, London, WC2A2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: In accordance with Regulation 86 (notices of decisions to award a contract or conclude a Framework Agreement); regulation 87 (standstill period) and the other relevant provisions of the Public Contracts Regulations 2015, following any decision to award a contract or contracts the Contracting Authority will be providing debriefing information to unsuccessful bidders and observe a minimum 10 day standstill period before the contracts are entered into. Notting Hill Genesis reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this notice.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 25/03/2021