Tender for Financial General Ledger and Procurement System
Supply of a financial general ledger and procurement system, purchase to pay services and added value services.
United Kingdom-Wakefield: Accounting services
2019/S 077-183509
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Procurement Department, Block 9, Fieldhead
Wakefield
WF1 3SP
United Kingdom
Telephone: +44 7917206334
E-mail: tony.cooper@swyt.nhs.uk
NUTS code: UKE45
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Supply of a Financial General Ledger and Procurement System, Purchase to Pay Services and Added Value Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Supply of a financial general ledger and procurement system, purchase to pay services and added value services.
II.1.6)Information about lots
II.2.1)Title:
Financial General Ledger and Procurement System
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Financial General Ledger and Procurement System to the South West Yorkshire Partnership NHS Foundation Trust.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Maintenance and support of the financial general ledger and procurement system.
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
II.2.1)Title:
Purchase to Pay Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of purchase to pay service.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal of service contract.
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
II.2.1)Title:
Value Added Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Value added services which will enhance the offers bid in Lots 1 and 2.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewal of service contract.
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
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.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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.4.1)Review body
Wakefield
United Kingdom
VI.4.3)Review procedure
VI.5)Date of dispatch of this notice: