Supply End to End Workflow Solution
The solution must be cloud based and scalable in support of any expansion of the NHSBSA HR Shared Service.
United Kingdom-Newcastle upon Tyne: Software package and information systems
2017/S 195-400064
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Stella House, Goldcrest Way, Newburn Riverside Business Park
Newcastle upon Tyne
NE15 8NY
United Kingdom
Telephone: +44 1912446451
E-mail: darren.batey@nhs.net
Fax: +44 1912446486
NUTS code: UK
Address of the buyer profile: www.nhsbsa.bravosolution.co.uk
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Recruitment Work-flow Solution.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
We require an end-to-end recruitment work-flow solution. The solution must be cloud based and scalable in support of any expansion of the NHSBSA HR Shared Service.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The requirement covers the provision of a hosted end-to-end recruitment Work Flow Management Solution for the NHSBSA and HR Shared Service clients. The number of licenses required will depend on the set-up of costs from the supplier. If it’s a license per organisation then currently we would require 7 licenses but must have the option / ability to increase as we grow the business. If this is license per user then we would require approx. 70 for BSA HR Shared Services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Contract renewal expected prior to expiry of contract via new procurement exercise (subject to options being taken).
II.2.10)Information about variants
II.2.11)Information about options
Option to extend for 2 periods of 12 months.
II.2.13)Information about European Union funds
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
Due to the nature of the services only suppliers that meet or can ensure they will meet the mandatory requirements will be suitable for consideration for this contract opportunity. Full details of such requirements are set out in the procurement documents.
Suppliers should refer to the procurement documents for a full understanding of the Contracting Authorities mandatory and desirable requirements in this regard.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As detailed in the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
9 months prior to contract expiry. 2020 or 2021 depending on extension/s being taken.
VI.2)Information about electronic workflows
VI.4.1)Review body
Newcastle upon Tyne
United Kingdom
VI.4.3)Review procedure
Refer to Public Contracts Regulations 2015.
VI.5)Date of dispatch of this notice:
Read More
Supply of Autodesk Products to Durham County Council
Portal Solution – Soft Market Test
Electronic Rostering System Tender
Supply of a Learning Management and eLearning Solution