Flagship Housing Group is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | HR, Payroll and Learning Management systems |
Notice type: | Contract Notice |
Authority: | Flagship Housing Group |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Flagship Group invites you to submit Tender for the supply of HR & Payroll and Learning Management systems The procurement is split in 2 lots – Lot 1 HR & Payroll system and Lot 2 Learning Management system. |
Published: | 19/09/2019 15:55 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Main Address: https://www.flagship-group.co.uk/
NUTS Code: UKH1
I.2) Joint procurement
The contract involves joint procurement: Yes.
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-Norwich:-Information-systems./6P6M4CYGEH
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: HR, Payroll and Learning Management systems
Reference Number: Not provided
II.1.2) Main CPV Code:
48810000 - Information systems.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Flagship Group invites you to submit Tender for the supply of HR & Payroll and Learning Management systems The procurement is split in 2 lots – Lot 1 HR & Payroll system and Lot 2 Learning Management system.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 and Lot 2. Each lot will be evaluated separately, however Flagship Group reserves the right the combine the lots to award it to one supplier if that offers better value for money. This will be assessed based on the individual lot results for the top bidders and compared with score when combining the lots based on the same criteria of 50% quality and 50% total lifecycle cost.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - HR and Payroll system
Lot No: 1
II.2.2) Additional CPV codes:
79211110 - Payroll management services.
II.2.3) Place of performance:
UKH1 East Anglia
II.2.4) Description of procurement: Flagship Group requires a full HR and Payroll Management system that can be fully integrated with Flagship Group’s other systems, most notably any Learning Management System and Operational System (Orbis) to meet all needs for administration, documentation, absence tracking, reporting and delivery of a proactive and efficient HR service. It must meet all legislative, administration, documentation, audit, and reporting needs required to manage Payroll and HR functions.
Flagship Group currently consists of 4 registered companies – Flagship Housing Group Ltd, RFT Services Ltd, Gasway Services Ltd, and Victory Housing Trust. Each company has its own registered payroll and needs to be detailed as an entity within the structure, but with flexibility for employees to transfer between companies without being processed as leavers and losing historical data
It is paramount that we deliver accurate calculations of pay entitlement, including deductions, both voluntary and legislative.
The system should support minimal manual intervention and be able to recognise multiple contract types which include sick pay entitlement variations and average holiday pay calculations, ensuring TUPE protected terms. It must support 1000+ employees records and history whilst supporting self-service users with ease. It is essential that the system has a potential to grow in scope at a fast pace, in both multiple companies and increased headcount as required by Flagship Group.
A visually appealing dashboard that ensures ease of use is desirable with fast links to elements and calculation fields.
The HR and Payroll Management system must be compliant with the required Laws and Regulations including GDPR and adhere with industry best practice security standards as required to be classed as a Payroll system and the Supplier must be well informed about legislative changes in the HR and Payroll fields, always developing the Payroll system to meet these requirements as they occur. The updates must be provided in a timely manner to ensure payroll processes are completed in line with the required laws and regulations. All legislative changes must be included in the annual licence cost and not be incurred as an additional cost. Any system that is provided must be compliant with all relevant legislation.
The system must enable a fully integrated and automated service including relevant access for the HR Team, line management and employees. The system must be accessible from Android and IOS devices whilst mobile. The current number of employees is 1045 .
The system must include relevant data and document capture, absence management, flexible and detailed reporting, payroll administration, fully functional and fast workflow management, ability to log and or manage case management, ability to action bulk changes and ability to manage recruitment campaigns.
To access and respond to Lot 1 - HR and Payroll system, please click here:
https://www.delta-esourcing.com/respond/6P6M4CYGEH
If Bidders experience any technical difficulties from accessing the above url, they are required to contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Total lifecycle costs / Weighting: 50
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: 24
This contract is subject to renewal: Yes
Description of renewals: 4 further renewals of 2 years each at Flagship Group's discretion.
II.2.10) Information about variants:
Variants will be accepted: Yes
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/6P6M4CYGEH
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Learning Management system
Lot No: 2
II.2.2) Additional CPV codes:
80420000 - E-learning services.
II.2.3) Place of performance:
UKH1 East Anglia
II.2.4) Description of procurement: Flagship Group requires a full learning management system that can be fully integrated with Flagship Group’s systems to meet all needs for administration, documentation, tracking, reporting and delivery of learning and development programmes through e-learning and organisation of classroom delivery face to face methods to support a blended approach.
The system should enable online learning delivery and facilitate courses via instructor classroom and virtual classroom delivery and must be easy to use and have a simple interface. It should inspire engagement, development and personal responsibility throughout the employee learning journey.
Any system that is provided must be compliant with all relevant legislation including GDPR and adhere with industry best practice security standards.
Flagship Group currently does not have a Learning Management system and the contract approval for this system is dependent on Flagship Group operational board’s decision on whether to allocate the funds for the system.
To access and respond to Lot 2 – LMS, please click here:
https://www.delta-esourcing.com/respond/7G8E4X49F2
If Bidders experience any technical difficulties from accessing the above url, they are required to contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Total lifecycle costs / Weighting: 50
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: 24
This contract is subject to renewal: Yes
Description of renewals: 4 further renewals of 2 years each at Flagship Group's discretion.
II.2.10) Information about variants:
Variants will be accepted: Yes
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/7G8E4X49F2
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
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.2.1) 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: 29/10/2019 Time: 14:00
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:
Until: 01/04/2020
IV.2.7) Conditions for opening of tenders:
Date: 29/10/2019
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2 - 10 years from the contract start date
VI.2) Information about electronic workflows
Electronic ordering will be used No
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-Norwich:-Information-systems./6P6M4CYGEH
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6P6M4CYGEH
VI.4) Procedures for review
VI.4.1) Review body:
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Internet address: https://www.flagship-group.co.uk/
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: 19/09/2019
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Victory Housing Trust, 5275586
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Contact: Liga Matroze
Main Address: https://www.victoryhousing.co.uk/, Address of the buyer profile: https://www.victoryhousing.co.uk/
NUTS Code: UKH1
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
RFT Repairs Limited, 08341166
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Contact: Liga Matroze
Main Address: https://www.rft-services.co.uk/, Address of the buyer profile: https://www.rft-services.co.uk/
NUTS Code: UKH1
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
Gasway Services Limited, 04158628
31 King Street, Norwich, NR1 1RE, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Contact: Liga Matroze
Main Address: https://www.gasway.co.uk/, Address of the buyer profile: https://www.gasway.co.uk/
NUTS Code: UKH1
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Main Address: https://www.flagship-group.co.uk/
NUTS Code: UKH1
I.2) Joint procurement:
The contract involves joint procurement: Yes
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: HR, Payroll and Learning Management systems
Reference number: Not Provided
II.1.2) Main CPV code:
48810000 - Information systems.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Flagship Group has finalised the Tender for the supply of HR & Payroll and Learning Management systems The procurement is split in 2 lots – Lot 1 HR & Payroll system and Lot 2 Learning Management system.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 121,729
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1 - HR and Payroll system
Lot No:1
II.2.2) Additional CPV code(s):
79211110 - Payroll management services.
II.2.3) Place of performance
Nuts code:
UKH1 - East Anglia
Main site or place of performance:
East Anglia
II.2.4) Description of the procurement: Flagship Group requires a full HR and Payroll Management system that can be fully integrated with Flagship Group’s other systems, most notably any Learning Management System and Operational System to meet all needs for administration, documentation, absence tracking, reporting and delivery of a proactive and efficient HR service. It must meet all legislative, administration, documentation, audit, and reporting needs required to manage Payroll and HR functions.
Flagship Group currently consists of 4 registered companies – Flagship Housing Group Ltd, RFT Services Ltd, Flagship Housing Developments Ltd, Gasway Services Ltd.
It is paramount that we deliver accurate calculations of pay entitlement, including deductions, both voluntary and legislative.
The system should support minimal manual intervention and be able to recognise multiple contract types which include sick pay entitlement variations and average holiday pay calculations, ensuring TUPE protected terms. It must support 1000+ employees records and history whilst supporting self-service users with ease. It is essential that the system has a potential to grow in scope at a fast pace, in both multiple companies and increased headcount as required by Flagship Group.
A visually appealing dashboard that ensures ease of use is desirable with fast links to elements and calculation fields.
The HR and Payroll Management system must be compliant with the required Laws and Regulations including GDPR and adhere with industry best practice security standards as required to be classed as a Payroll system and the Supplier must be well informed about legislative changes in the HR and Payroll fields, always developing the Payroll system to meet these requirements as they occur. The updates must be provided in a timely manner to ensure payroll processes are completed in line with the required laws and regulations. All legislative changes must be included in the annual licence cost and not be incurred as an additional cost. Any system that is provided must be compliant with all relevant legislation.
The system must enable a fully integrated and automated service including relevant access for the HR Team, line management and employees. The system must be accessible from Android and IOS devices whilst mobile. The current number of employees is 1045 .
The system must include relevant data and document capture, absence management, flexible and detailed reporting, payroll administration, fully functional and fast workflow management, ability to log and or manage case management, ability to action bulk changes and ability to manage recruitment campaigns.
To access and respond to Lot 1 - HR and Payroll system, please click here:
https://www.delta-esourcing.com/respond/6P6M4CYGEH
If Bidders experience any technical difficulties from accessing the above url, they are required to contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Total lifecycle costs / Weighting: 50
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
II.2) Description (lot no. 2)
II.2.1) Title:Lot 2 - Learning Management system
Lot No:2
II.2.2) Additional CPV code(s):
80420000 - E-learning services.
II.2.3) Place of performance
Nuts code:
UKH1 - East Anglia
Main site or place of performance:
East Anglia
II.2.4) Description of the procurement: Flagship Group requires a full learning management system that can be fully integrated with Flagship Group’s systems to meet all needs for administration, documentation, tracking, reporting and delivery of learning and development programmes through e-learning and organisation of classroom delivery face to face methods to support a blended approach.
The system should enable online learning delivery and facilitate courses via instructor classroom and virtual classroom delivery and must be easy to use and have a simple interface. It should inspire engagement, development and personal responsibility throughout the employee learning journey.
Any system that is provided must be compliant with all relevant legislation including GDPR and adhere with industry best practice security standards.
Flagship Group currently does not have a Learning Management system and the contract approval for this system is dependent on Flagship Group operational board’s decision on whether to allocate the funds for the system.
To access and respond to Lot 2 – LMS, please click here:
https://www.delta-esourcing.com/respond/7G8E4X49F2
If Bidders experience any technical difficulties from accessing the above url, they are required to contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Total lifecycle costs / Weighting: 50
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: 2019/S 184-448169
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: 1
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 12/02/2021
V.2.2) Information about tenders
Number of tenders received: 8
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: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Comenius Talent Management Ltd, 08756850
AW House, 6-8 Stuart Street, Luton, LU1 2SJ, United Kingdom
Internet address: www.comeniustm.co.uk
NUTS Code: UKH21
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: 121,729
Total value of the contract/lot: 121,729
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=536640642
VI.4) Procedures for review
VI.4.1) Review body
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Internet address: https://www.flagship-group.co.uk/
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: 25/02/2021
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
RFT Repairs Limited, 08341166
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Contact: Liga Matroze
Main Address: https://www.rft-services.co.uk/, Address of the buyer profile: https://www.rft-services.co.uk/
NUTS Code: UKH1