Golding Homes is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Golding Homes - Procurement of repairs management software (RMS) |
Notice type: | Contract Notice |
Authority: | Golding Homes |
Nature of contract: | Supplies |
Procedure: | Negotiated |
Short Description: | Golding Homes are bringing their repairs service "in-house" from a previously fully outsourced service. As part of this exercise, we require to implement a Repairs Management System (RMS) to fully support our teams in delivering an excellent customer service. |
Published: | 25/02/2021 17:11 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Golding Homes
County Gate One, Staceys Street, Maidstone, ME14 1ST, United Kingdom
Tel. +44 3007772600, Email: tenders@camerons.uk.com
Main Address: https://www.goldinghomes.org.uk, Address of the buyer profile: https://www.goldinghomes.org.uk
NUTS Code: UKJ
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-Maidstone:-Software-package-and-information-systems./U565ZB66C9
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: Golding Homes - Procurement of repairs management software (RMS)
Reference Number: Not provided
II.1.2) Main CPV Code:
48000000 - Software package and information systems.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Golding Homes are bringing their repairs service "in-house" from a previously fully outsourced service. As part of this exercise, we require to implement a Repairs Management System (RMS) to fully support our teams in delivering an excellent customer service.
II.1.5) Estimated total value:
Value excluding VAT: 500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
48170000 - Compliance software package.
48100000 - Industry specific software package.
48330000 - Scheduling and productivity software package.
48332000 - Scheduling software package.
48333000 - Contact management software package.
48219300 - Administration software package.
48445000 - Customer Relation Management software package.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: Golding Homes are looking to procure a repairs management system (RMS) which can interface with existing systems. The procurement is being conducted using competitive route with negotiation but we reserve the right to award as per procurement documentation. This is an accelerated procedure as a result of internal strategic change which requires maintenance of customer safety and satisfaction as a priority. The RMS system is critical to support service delivery. This is envisaged to be a 5 year contract.
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: 500,000
Currency: GBP
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: This is envisaged to be a 5 year contract with the option to extend to a maximum of 8 years dependent upon performance; capability and other measures as set out in the contract documentation
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates: As set out in the procurement documentation
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/U565ZB66C9
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:
Please refer to pass/fail criteria in procurement documentation
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: Yes
Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:
Justification for the choice of accelerated procedure: In Sourcing of repairs function has led to strategic and short notice requirement for repairs management system to be implemented to ensure customer safety and satisfaction
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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
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: 15/03/2021 Time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 31/03/2021
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): 6
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 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-Maidstone:-Software-package-and-information-systems./U565ZB66C9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/U565ZB66C9
VI.4) Procedures for review
VI.4.1) Review body:
Golding Homes
County Gate One, Staceys Street, Maidstone, ME14 1ST, United Kingdom
Email: procurement@goldinghomes.org.uk
VI.4.2) Body responsible for mediation procedures:
Centre for effective dispute resolution (CEDR)
70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com
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:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 3007772600
Internet address: www.cabinetoffice.gov.uk
VI.5) Date Of Dispatch Of This Notice: 25/02/2021
Annex A