Tender for Replacement Business Management System
The Department of Health, is procuring a new Corporate Services Solution, meaning interoperable finance, P2P, payroll and HR.
United Kingdom-London: Business transaction and personal business software package
2016/S 027-042970
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Skipton House, 80 London Road, Skipton House, Elephant and Castle
London
SE1 6LH
UNITED KINGDOM
Telephone: +44 2079726014
E-mail: supplier.helpdesk@dh.gsi.gov.uk
NUTS code: UKInternet address(es):Main address: https://www.gov.uk/government/organisations/department-of-health/about/procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Corporate Services Solutions.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Department of Health, is procuring a new Corporate Services Solution, meaning interoperable finance, P2P, payroll and HR (the Solution) by implementing a replacement for its Business Management System (BMS) by 31.3.2017 with new IT system/s which:
— is/are easy to use and understand, and focuses on user experience with self-service being a key feature;
— supports decision-makers through access to robust and timely management information; and
— enables DH to become more effective and efficient in how it manages its business.
The new contract must be flexible to meet the Department’s aims for the new system/s against a core set of Corporate Services functionality, allowing additional modules to be plugged in at a later stage and for continuous enhancements in digital solutions to be supported.
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 Supplier will be responsible for delivering the Solution (along with hosting it) as a fully managed service. The Supplier will manage the technology; its infrastructure and technical support, design and implementation of the solution including set up and configuration for each area; initial workflow design; development of interfaces to existing systems; migration of data once prepared by the Department; development and planning of end-user training.
The Department is intending to use the competitive with negotiation procurement procedure. The contract will be based upon the latest update (November 2015) of the Crown Commercial Service Model Service Agreement.
The contract is for 5 years with the option of 1 plus 1 extension provision.
The contract value quoted in the OJEU, is based on the current number of DH users which is around 2 000. However, the solution should be scalable and should have potential to be extended across other parts of UK Central Government up to a maximum of 10 000 users.
The Minimum Viable Product is
Interoperable functionality across HR, Finance and P2P
Implementation services
Managed off premise service, both hosting and service management.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
5 year contract, with 1 plus 1 year renewal.
II.2.9)Information about the limits on the number of candidates to be invited
The top 5 scoring suppliers from the PQQ stage, will be taken through to Initial Tender. The Authority reserves the right to award at the Initial Tender stage and not to go through to the negotiation stage. if used, three suppliers will be invited through to the negotiation phase.
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
The intention is that the services under the contract will commence in September 2016 and will run for 5 years, with the option to extend for a further 1+1 year. The estimated value of the contract is up to 7 500 000 GBP over the life of the contract, based on 2 000 DH users, with the ability for the Supplier to bring new suppliers into the arrangement throughout the contract to maximise efficiency.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As stated in ITT documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
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.2.3)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.3)Additional information:
Potential suppliers should note that, in accordance with Government’s policies on transparency, the Department intends to publish the Invitation to Tender (ITT) document, and the text of any Contract awarded subject to possible redactions at the discretion of the Department. Further information on transparency can be found at http://wwwcabinetoffice.gov.uk/content/transparency-overview
This procurement exercise will be completed via the Department’s e-Tendering portal (BMS) and tenderers wishing to be considered for this contract must submit their response to the Pre Qualification Questionnaire by 12:00 on 7.3.2016 via BMS. The BMS reference number for this exercise is 60172. Tenderers should visit https://www.gov.uk/government/organisations/department-of-health/about/procurement to register and download instructions on how to respond.
If you require assistance, please contact the Supplier Helpdesk on +44 1132545777 or supplier.helpdesk@dh.gsi.gov.uk
This helpdesk is available 10:00 to 16:00, Monday to Friday excluding Bank Holidays.
The Department reserves the right to discontinue the tendering process and not to award the contract, without incurring any liability to any tenderer’.
VI.4.1)Review body
London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: