Tender for Source to Settle Software Service
Provision of a fully integrated Source to Settle software service, (Software as a Service), including eSourcing.
United Kingdom-London: IT services: consulting, software development, Internet and support
2018/S 211-482537
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Finsbury Dials, 20 Finsbury St,
London
EC2Y 9AQ
United Kingdom
Contact person: Liam Carroll
Telephone: +44 8456112970
E-mail: liam.carroll1@postoffice.co.uk
NUTS code: UK
Address of the buyer profile: www.thepostoffice.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision and Implementation of a Fully Integrated Source to Settle Solution
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Provision of a fully integrated Source to Settle software service, (Software as a Service), including eSourcing, purchase to pay and contract management along with every process in between, and the initial implementation. The initial contract will be for a 5 year term with the potential for a 3 year and 2 year extension (maximum contract length 10 years).
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
20 Finsbury Street, London
II.2.4)Description of the procurement:
The Post Office Ltd (POL) and its affiliates intend to award a contract for the provision and implementation of a fully integrated Source to Settle (S2S) service, (including eSourcing, purchase to pay and contract management along with every process in between). The Source to Settle system must be offered in the form of ongoing services over the internet (“as-a-service”), otherwise known as Software-as-a-Service — “SaaS”. Tenders must also include operation and implementation of the service (“service” for these purposes meaning standard software). The S2S system must have close integration with, amongst other things, POL’s Core Finance System, SAP ECC 6.0, and access control system for administering users. Tenderers’ solutions must accept electronic submission of invoices via multiple channels (single invoice, bulk invoices, email, portable document format, electronic document interchange), and must automatically match invoices with POs and GRNs using both the PO number and line item detail.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will have the option for 2 extensions, an initial period of 36 month and a further period of 24 month extension.
II.2.9)Information about the limits on the number of candidates to be invited
Post office will invite to tender the highest scoring applicants on the basis of the criteria set out in the SQ.
II.2.10)Information about variants
II.2.11)Information about options
The contract will have the option for 2 extensions, an initial period of 36 month and a further period of 24 month extension.
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
Responses will be assessed in accordance with the Public Contracts Regulations 2015. Please see the SQ for further information.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5)Information about negotiation
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.2)Information about electronic workflows
VI.4.1)Review body
VI.5)Date of dispatch of this notice: