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.

Contract Notice

CRM Business Integration and System Implementation Partner

  • First published: 26 August 2020
  • Last modified: 26 August 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Walsall Council
Authority ID:
AA72110
Publication date:
26 August 2020
Deadline date:
21 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council has identified that it currently does not hold a single view of its service users, has no ‘front door’ for access to our services and has limited integration of services. A key priority for the customer access management (CAM) work stream is therefore investment in a fully integrated customer relationship management (CRM) system. The new CRM platform will be a key enabler to help support the Council in addressing the issues described above and facilitate efficient and effective communication with its Service Users. The Council is seeking an integration and implementation partner that can take the Council’s functional requirements through the below stages:

• platform build,

• technical design,

• process build,

• Service transformation.

As part of the service transformation, the chosen provider will be expected to re-engineer the Councils current ways of working and lead on redesign and digitalisation of its processes. The Council views the provision of effective service transformation as a critical success factor for this contract and of at least equal importance to the technical system integration components, including platform build, technical design and process build. The Council has identified Microsoft Dynamics 365 CE and the supporting technology stack

as the chosen digital platform. The provision of Microsoft licences do not form part of this contract and will be source by the Council independently.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Walsall Council

Civic Centre, Darwall Street

Walsall

WS1 1TP

UK

E-mail: procurement@walsall.gov.uk

NUTS: UKG38

Internet address(es)

Main address: www.walsall.gov.uk

Address of the buyer profile: https://in-tendhost.co.uk/walsallcouncil

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/walsallcouncil


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

CRM Business Integration and System Implementation Partner

Reference number: WP3611

II.1.2) Main CPV code

79410000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council is seeking an integration and implementation partner that can take the Council’s functional requirements through the below stages:

• platform build,

• technical design,

• process build,

• service transformation.

As part of the service transformation, the chosen provider will be expected to re-engineer the Councils current ways of working and lead on redesign and digitalisation of its processes. The Council views the provision of effective service transformation as a critical success factor for this contract and of at least equal importance to the technical system integration components, including platform build, technical design and process build.

II.1.5) Estimated total value

Value excluding VAT: 8 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72200000

79400000

72246000

72266000

72227000

72220000

72224000

79410000

72221000

79411100

II.2.3) Place of performance

NUTS code:

UKG38


Main site or place of performance:

UK — Walsall.

II.2.4) Description of the procurement

The Council has identified that it currently does not hold a single view of its service users, has no ‘front door’ for access to our services and has limited integration of services. A key priority for the customer access management (CAM) work stream is therefore investment in a fully integrated customer relationship management (CRM) system. The new CRM platform will be a key enabler to help support the Council in addressing the issues described above and facilitate efficient and effective communication with its Service Users. The Council is seeking an integration and implementation partner that can take the Council’s functional requirements through the below stages:

• platform build,

• technical design,

• process build,

• Service transformation.

As part of the service transformation, the chosen provider will be expected to re-engineer the Councils current ways of working and lead on redesign and digitalisation of its processes. The Council views the provision of effective service transformation as a critical success factor for this contract and of at least equal importance to the technical system integration components, including platform build, technical design and process build. The Council has identified Microsoft Dynamics 365 CE and the supporting technology stack

as the chosen digital platform. The provision of Microsoft licences do not form part of this contract and will be source by the Council independently.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 8 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 18/01/2021

End: 31/01/2023

This contract is subject to renewal: Yes

Description of renewals:

The there is an option to extend for up to two periods of 12 months each.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

As detailed in the procurement documentation.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 143-352979

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/09/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Interest in this contract process should be expressed via the Council’s eTendering Portal — https://in-tendhost.co.uk/walsallcouncil The Council reserves the right to cancel the procurement and not to proceed with the contract. The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only. The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their SSQ or tender submissions. Under this project the contractor is required to actively participate in the economic and social regeneration of the locality of and surrounding the place of delivery for the project. Accordingly contract performance conditions may relate in particular to social and environmental considerations.

VI.4) Procedures for review

VI.4.1) Review body

Walsall Metropolitan Borough Council

Civic Centre, Darwall Street

Walsall

WS1 1TP

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Council will incorporate a standstill period at the point when information on the proposed award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of ten calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Aggrieved parties who have been harmed or are at risk of harm by any breach of the Council’s obligations may take action in the High Court (England, Wales and Northern Ireland).

VI.5) Date of dispatch of this notice

21/08/2020

Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
79411100 Business development consultancy services General management consultancy services
72224000 Project management consultancy services Systems and technical consultancy services
72266000 Software consultancy services Software-related services
72227000 Software integration consultancy services Systems and technical consultancy services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
72220000 Systems and technical consultancy services Software programming and consultancy services
72246000 Systems consultancy services Systems analysis and programming services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@walsall.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.