Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Business Systems Refresh Programme

  • First published: 13 October 2025
  • Last modified: 13 October 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Contents

Summary

OCID:
ocds-h6vhtk-0564f2
Published by:
Cartrefi Conwy Cyfyngedig
Authority ID:
AA1206
Publication date:
13 October 2025
Deadline date:
10 November 2025
Notice type:
UK4
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Cartrefi Conwy is an independent not-for-profit Registered Social Landlord (RSL). We formed as result of the transfer of around 3,800 homes from Conwy County Borough Council in 2008.Since the transferred homes have been under our ownership and management we have invested heavily in their refurbishment to bring them up to the Welsh Housing Quality Standard. We will continue to maintain our homes to this high standard in the future.In 2015 Cartrefi Conwy established Creating Enterprise C.I.C. as a wholly owned subsidiary which operates as a social enterprise.”Find out more about us, including our recently published Together Corporate Plan and other background information by visiting https://cartreficonwy.org/ Following a strategic review of existing IT systems, it became clear that it will not be possible for us to achieve our strategic ambitions using the existing mix of systems, processes and information.The business systems refresh programme is underway and has full approval from the Executive and Board. Its objectives include:1. Improved service offerings to residents, including digital / self-service, leading to increased satisfaction ratings2. The solution / system will allow resource to be more focused on customer-facing activity and enhance the “one team” ethos3. Data and processes to be standardised and automated to make it easier for staff to work, be proactive, productive and collaborate 4. Moving closer to OVOTT, and making data available, transparent and easier to access / use, creating a 360° view of customers and assets5. Improved management of operational risk and compliance6. Access to the necessary data to inform asset investment decision making7. Appropriate use of spreadsheets8. Availability of system capabilities and performance not dependent on location or access method 9. Enable workflows and reports to be built more easily, not necessarily by ITOur objective is to achieve live operation of at least the first tranche of new capability within 12 months from Contract signature.In addition, we have identified other objectives for the new HMS / PMS / AMS / FMS, and we wish to procure:1. ‘Commercial off the Shelf’ product sets only requiring configuration or parameterisation, not customisation, to meet our needs.2. Solutions with a single ‘look and feel’ to the User Interface across all system ‘modules’3. A system that is easy to use, requiring minimal ‘clicks’ or steps to navigate around or use the system. (Note that ease of use is a key negative with the current systems.)4. A system with a modern underlying ‘technical architecture’, with in-built mobility (‘mobile first’ as a design principle), automation / workflows, and digital capabilities.5. Superior integration capabilities to enable easy data sharing with other systems, and technically straightforward adoption of emerging and future technologies.6. Integration with Microsoft’s Office365 suite of capabilities.7. Capabilities that can enable us easily to build processes (workflows) to support other areas of our operation.Not achieving these objectives, or a sub-optimal version of them, represents downstream technical, commercial and operational risk to us. As such, these elements will be explored in detail at ITT stage and form a critical part of our evaluation of a Potential Supplier’s capability to meet these objectives. Our requirements are detailed in the ITT documents. Note that we will not accept responses from Potential Suppliers for part solutions, the scope of each Lot can be considered as a single ‘solution’. However, that does not preclude partnering with third-parties to deliver the overall solution. We want a long-term partnership with the successful provider(s), the Contract will be for a period of 10 years with the option to extend annually up to a further 5 years at Cartrefi’s sole discretion. The Contract values given in this Tender Notice reflect a 15-year term.

Full notice text

Scope

Procurement description

Cartrefi Conwy is an independent not-for-profit Registered Social Landlord (RSL). We formed as result of the transfer of around 3,800 homes from Conwy County Borough Council in 2008.

Since the transferred homes have been under our ownership and management we have invested heavily in their refurbishment to bring them up to the Welsh Housing Quality Standard. We will continue to maintain our homes to this high standard in the future.

In 2015 Cartrefi Conwy established Creating Enterprise C.I.C. as a wholly owned subsidiary which operates as a social enterprise.”

Find out more about us, including our recently published Together Corporate Plan and other background information by visiting https://cartreficonwy.org/

Following a strategic review of existing IT systems, it became clear that it will not be possible for us to achieve our strategic ambitions using the existing mix of systems, processes and information.

The business systems refresh programme is underway and has full approval from the Executive and Board. Its objectives include:

1. Improved service offerings to residents, including digital / self-service, leading to increased satisfaction ratings

2. The solution / system will allow resource to be more focused on customer-facing activity and enhance the “one team” ethos

3. Data and processes to be standardised and automated to make it easier for staff to work, be proactive, productive and collaborate

4. Moving closer to OVOTT, and making data available, transparent and easier to access / use, creating a 360° view of customers and assets

5. Improved management of operational risk and compliance

6. Access to the necessary data to inform asset investment decision making

7. Appropriate use of spreadsheets

8. Availability of system capabilities and performance not dependent on location or access method

9. Enable workflows and reports to be built more easily, not necessarily by IT

Our objective is to achieve live operation of at least the first tranche of new capability within 12 months from Contract signature.

In addition, we have identified other objectives for the new HMS / PMS / AMS / FMS, and we wish to procure:

1. ‘Commercial off the Shelf’ product sets only requiring configuration or parameterisation, not customisation, to meet our needs.

2. Solutions with a single ‘look and feel’ to the User Interface across all system ‘modules’

3. A system that is easy to use, requiring minimal ‘clicks’ or steps to navigate around or use the system. (Note that ease of use is a key negative with the current systems.)

4. A system with a modern underlying ‘technical architecture’, with in-built mobility (‘mobile first’ as a design principle), automation / workflows, and digital capabilities.

5. Superior integration capabilities to enable easy data sharing with other systems, and technically straightforward adoption of emerging and future technologies.

6. Integration with Microsoft’s Office365 suite of capabilities.

7. Capabilities that can enable us easily to build processes (workflows) to support other areas of our operation.

Not achieving these objectives, or a sub-optimal version of them, represents downstream technical, commercial and operational risk to us. As such, these elements will be explored in detail at ITT stage and form a critical part of our evaluation of a Potential Supplier’s capability to meet these objectives.

Our requirements are detailed in the ITT documents. Note that we will not accept responses from Potential Suppliers for part solutions, the scope of each Lot can be considered as a single ‘solution’. However, that does not preclude partnering with third-parties to deliver the overall solution.

We want a long-term partnership with the successful provider(s), the Contract will be for a period of 10 years with the option to extend annually up to a further 5 years at Cartrefi’s sole discretion. The Contract values given in this Tender Notice reflect a 15-year term.

Main category

Goods

Delivery regions

  • UKL13 - Conwy and Denbighshire

Total value (estimated, excluding VAT)

3992000 GBP to 3992000GBP

Contract dates (estimated)

01 July 2026, 00:00AM to 30 June 2036, 23:59PM

Extension end date (if all the extensions are used): 30 June 2041

Contracting authority

Cartrefi Conwy Cyfyngedig

Identification register:

  • GB-PPON

Address 1: Morfa Gele - Cae Eithin

Town/City: Conwy

Postcode: LL22 8LJ

Country: United Kingdom

Website: https://www.cartreficonwy.org

Public Procurement Organisation Number: PVDN-9226-PHMZ

Contact name: Martin Joy

Email: martin.joy@itica.com

Telephone: +447768792754

Organisation type: Public undertaking

Devolved regulations that apply: Wales

Procedure

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Lots

Divided into 4 lots

Housing Management System (HMS)

Lot number: 1

Description

Supply and implementation of software covering all aspects of housing operations, for example;

o Lettings and allocations

o Tenancy management, including CRM / Contact Management

o Case and workload management

o Revenue and debt management, including service charges

o Workforce mobility

o Digital and self-service capabilities including customer portal / app

o Automation and end-to-end workflow

o Dashboards and management information.

CPV classifications

  • 48000000 - Software package and information systems

Delivery regions

  • UKL13 - Conwy and Denbighshire

Lot value (estimated)

1757000 GBP Excluding VAT

2108400 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 July 2026, 00:00AM

Contract end date (estimated)

30 June 2036, 23:59PM

Extension end date (estimated)

30 June 2041, 23:59PM

Can the contract be extended?

Yes

Description of extensions

5 annual renewals

Does the lot include options?

Yes

Description of options

Additional functionality provided as part of the service offer

Participation

Conditions

Economic

Conditions of participation

See Procurement Specific Questionnaire (PSQ)

Conditions

Economic

Conditions of participation

See PSQ

Award criteria

Type: quality

Name

Lot 1 HMS - Quality

Description

Quality of the bid - details in the Instructions to Tenderers Part 1

Weighting: 85.00

Weighting type: percentageExact

Type: price

Name

Lot 1 HMS - Price

Description

Price of the bid - details in the Instructions to Tenderers Part 1

Weighting: 15.00

Weighting type: percentageExact

Property Management System (PMS)

Lot number: 2

Description

Supply and implementation of software covering all aspects of propert management, for example;

o Reactive repairs including scheduling and job management

o Voids management (property aspects)

o Workforce mobility

o Digital and self-service capabilities including customer portal / app

o Automation and end-to-end workflow

o Dashboards and management information.

CPV classifications

  • 48000000 - Software package and information systems

Delivery regions

  • UKL13 - Conwy and Denbighshire

Lot value (estimated)

1002000 GBP Excluding VAT

1202400 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 July 2026, 00:00AM

Contract end date (estimated)

30 June 2036, 23:59PM

Extension end date (estimated)

30 June 2041, 23:59PM

Can the contract be extended?

Yes

Description of extensions

5 annual renewals

Does the lot include options?

Yes

Description of options

Additional functionality provided as part of the service offer

Participation

Conditions

Economic

Conditions of participation

See Procurement Specific Questionnaire (PSQ)

Conditions

Economic

Conditions of participation

See PSQ

Award criteria

Type: quality

Name

Lot 2 PMS - Quality

Description

Quality of the bid - details in the Instructions to Tenderers Part 1

Weighting: 85.00

Weighting type: percentageExact

Type: price

Name

Lot 2 PMS - Price

Description

Price of the bid - details in the Instructions to Tenderers Part 1

Weighting: 15.00

Weighting type: percentageExact

Asset Management System (AMS)

Lot number: 3

Description

Supply and implementation of software covering all aspects of asset management, for example;

o Strategic asset management

o Servicing and compliance

o Planned maintenance

o Workforce mobility

o Digital and self-service capabilities including customer portal / app

o Automation and end-to-end workflow

o Dashboards and management information.

CPV classifications

  • 48000000 - Software package and information systems

Delivery regions

  • UKL13 - Conwy and Denbighshire

Lot value (estimated)

530000 GBP Excluding VAT

636000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 July 2026, 00:00AM

Contract end date (estimated)

30 June 2036, 23:59PM

Extension end date (estimated)

30 June 2041, 23:59PM

Can the contract be extended?

Yes

Description of extensions

5 annual renewals

Does the lot include options?

Yes

Description of options

Additional functionality provided as part of the service offer

Participation

Conditions

Economic

Conditions of participation

See Procurement Specific Questionnaire (PSQ)

Conditions

Economic

Conditions of participation

See PSQ

Finance Management System (FMS)

Lot number: 4

Description

Supply and implementation of software covering all aspects of financial operations, for example;

o Case management and workflow for approvals, queries, or issue resolution

o Expenses management (workflows, approvals, payment)

o Purchase to Pay with automated links to budgets, with GRN, invoice matching, and payment

o A portal for suppliers to be registered, maintain up to date details, and ac-cess capabilities including raising queries, submitting invoices and auto-matic updates on payment status

o Project Accounting for capital spend and other investments

o Management accounts for report distribution

o Making Tax Digital including the ability to manage partial exemptions

o CIS

o Chart of Accounts

o Accounts Payable / Receivable

o Cash management

o General Ledger

o Journals

o Creditor Management

o Bank Reconciliation.

CPV classifications

  • 48000000 - Software package and information systems

Delivery regions

  • UKL13

    Award criteria

    Type: quality

    Name

    Lot 3 AMS - Quality

    Description

    Quality of the bid - details in the Instructions to Tenderers Part 1

    Weighting: 85.00

    Weighting type: percentageExact

    Type: price

    Name

    Lot 3 AMS - Price

    Description

    Price of the bid - details in the Instructions to Tenderers Part 1

    Weighting: 15.00

    Weighting type: percentageExact

    Award criteria

    Type: quality

    Name

    Lot 3 AMS - Quality

    Description

    Quality of the bid - details in the Instructions to Tenderers Part 1

    Weighting: 85.00

    Weighting type: percentageExact

    Type: price

    Name

    Lot 3 AMS - Price

    Description

    Price of the bid - details in the Instructions to Tenderers Part 1

    Weighting: 15.00

    Weighting type: percentageExact

    - Conwy and Denbighshire

Lot value (estimated)

703000 GBP Excluding VAT

843600 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 July 2026, 00:00AM

Contract end date (estimated)

30 June 2036, 23:59PM

Extension end date (estimated)

30 June 2041, 23:59PM

Can the contract be extended?

Yes

Description of extensions

5 annual renewals

Does the lot include options?

Yes

Description of options

Additional functionality provided as part of the service offer

Participation

Conditions

Economic

Conditions of participation

See Procurement Specific Questionnaire (PSQ)

Conditions

Economic

Conditions of participation

See PSQ

Award criteria

Type: quality

Name

Lot 4 FMS - Quality

Description

Quality of the bid - details in the Instructions to Tenderers Part 1

Weighting: 85.00

Weighting type: percentageExact

Type: price

Name

Lot 4 FMS - Price

Description

Price of the bid - details in the Instructions to Tenderers Part 1

Weighting: 15.00

Weighting type: percentageExact

Contract terms and risks

Payment terms

To be agreed as part of negotiation and contract

Submission

Expression of interest deadline

10 November 2025, 12:00PM

Enquiry deadline

03 November 2025, 17:00PM

Date of award of contract

10 June 2026, 23:59PM

Submission address and any special instructions

https://www.sell2wales.gov.wales

Minimum number of suppliers to be invited to tender

5

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
1013 Conwy and Denbighshire

Document family

Notice details
Publication date:
23 July 2025
Deadline date:
31 August 2025 23:59
Notice type:
UK2
Version:
1
Authority name:
Cartrefi Conwy Cyfyngedig
Publication date:
13 October 2025
Deadline date:
10 November 2025 12:00
Notice type:
UK4
Version:
1
Authority name:
Cartrefi Conwy Cyfyngedig

About the buyer

Main contact:
n/a
Admin contact:
n/a
Technical contact:
n/a
Other contact:
n/a

Further information

Date Details

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx138.01 KB
This file may not be accessible.
docx
docx138.01 KB
This file may not be accessible.
docx
docx138.01 KB
This file may not be accessible.
docx
docx138.01 KB
This file may not be accessible.
zip
zip1.07 MB
This file may not be accessible.
zip
zip1.03 MB
This file may not be accessible.
zip
zip1.04 MB
This file may not be accessible.
zip
zip1,014.36 KB
This file may not be accessible.
docx
docx114.86 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.