ERP System Tender Surrey
To provide a fully integrated ERP system on a software as a service (SaaS) basis.
United Kingdom-Kingston upon Thames: Business transaction and personal business software package
2020/S 014-028519
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: County Hall, Penrhyn Road
Town: Kingston upon Thames
NUTS code: UKJ26
Postal code: KT1 2DW
Country: United Kingdom
E-mail: Procurement@eastsussex.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
SCC JS Digital and Business Insights (ERP Solution)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
SCC is seeking responses to this selection questionnaire from providers who are able to provide a fully integrated ERP system on a software as a service (SaaS) basis and implement and configure the system. The ERP system may be an already fully integrated system or a fully integrated combination of best of breed ERP systems. The system will include modules for finance, procurement, HR and payroll, which are currently supplied by a SAP system. The council requires 1 lead supplier to take overall delivery responsibility for implementation and to enter into any contracting arrangement with another supplier to deliver any element of the solution which the lead supplier itself may not provide. There may be a need for a direct subscription agreement between the Council and a third party ERP system provider, but this would be for subscription purposes only. The core contractual delivery responsibility for implementation remains with the single lead supplier.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
Surrey County Council.
II.2.4)Description of the procurement:
This contract is not divided into lots.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Upon expiry of the initial term of 7 years, first extension period of up to 5 years and second extension period of up to 3 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As detailed in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
All procurement documents are available and must be completed electronically using the SE Shared Services Procurement eSourcing portal, https://www.sesharedservices.org.uk/esourcing/opportunities The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities, reducing the time and effort required for both buyers and potential bidders. The portal allows for tender clarifications and submitting your bid electronically. In order to bid for this opportunity, you will need to register your company on the SE Shared Services portal.
VI.4.1)Review body
Town: Kingson upon Thames
Postal code: KT1 2DW
Country: United KingdomInternet address: https://www.surreycc.gov.uk
VI.4.2)Body responsible for mediation procedures
Postal address: Penrhyn Road
Town: Kingston upon Thames
Postal code: KT1 2DW
Country: United KingdomInternet address: https://www.surreycc.gov.uk
VI.4.3)Review procedure
Surrey County Council will incorporate a minimum of 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority or the lodging of an appeal before the contract is entered into. Such additional information should be requested from the contact point referenced in part I.1) of the contract notice.
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Penrhyn Road
Town: Kingston upon Thames
Postal code: KT1 2DW
Country: United KingdomInternet address: https://www.surreycc.gov.uk
VI.5)Date of dispatch of this notice: