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

Corporate Enterprise Solution

  • First published: 18 June 2019
  • Last modified: 18 June 2019

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:
West Lindsey District Council
Authority ID:
AA32905
Publication date:
18 June 2019
Deadline date:
15 July 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The delivery of an Enterprise CRM Solution, which will reduce the complexities of, and enhance the Councils ability to manage customer contact, process requests for services; and deliver those resulting services. It has 2 key delivery elements, encompassing the first 2 outcomes of the wider project. The first is the delivery of an enhanced CRM system that will be used to manage all customer interaction across the Council; and deliver end to end service delivery processes. The scope of the enhanced CRM solution will have the potential to provide capabilities such as customer and transaction management, Omni-channel capabilities, customer self service options, data reporting, knowledgebase, customer engagement methods, artificial intelligence supported enquiries and process automation and workflow capabilities. The product will also need to work in conjunction with other customer management products including the Councils contact centre and website capabilities. The second element is the delivery of professional services to enable the transfer of customer-facing service transactions into the enhanced CRM system, in entirety where possible, or delivering frontline activities in CRM and providing 2 way integration to retained business systems where needed. The benefits the Council are seeking from the delivery of such enterprise CRM solution are:

(a) improved access options for customers;

(b) delivery of a single view of the customer model;

(c) enhanced first contact resolution, with a right first time response;

(d) focus on customer- based transactions, as opposed to silo service transactions;

(e) consistent, simplified, optomised, and digitally enabled processes;

(f) services that easy to grow and adapt;

(g) invaluable customer insight and business intelligence;

(h) supports organisational transformation to a customer-centric organisation.

In addition, the council are also looking for optional services, including but not restricted to performance management capabilities, and would consider the consolidation of this system within the Enterprise CRM solution.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Lindsey District Council

Guildhall, Marshall's Yard

Gainsborough

DN21 2NA

UK

Contact person: Mr Michael Hunt

Telephone: +44 1522555321

E-mail: Michael.Hunt@lincolnshire.gov.uk

NUTS: UKF3

Internet address(es)

Main address: https://www.west-lindsey.gov.uk/

Address of the buyer profile: https://www.west-lindsey.gov.uk/

I.3) Communication

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

https://procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


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

Corporate Enterprise Solution

Reference number: DN404268

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council seeks a supply partner or partners to deliver software product(s) which will singly or collectively deliver the concept of a Corporate Enterprise Solution (CES), designed to deliver the full range of operational services across the Council.

The CES will initially have the capability to deliver enhanced CRM and Business support functions in the areas of financial management/procurement, performance management and programme/project management. However, it will also be assessed in its ability to grow to become a full corporate enterprise tool serving many of the remaining back office functions at the Council, including HR/Payroll, asset management, income management and business intelligence. The Council is not simply buying a one off supply of software; it is the intention that the chosen supplier(s) becomes a trusted partner delivering a long term plan of service improvements and a software solution to support significant business change over several years.

II.1.5) Estimated total value

Value excluding VAT: 5 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 2 lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

Lot No: 1

II.2.1) Title

Enterprise CRM

II.2.2) Additional CPV code(s)

48445000

72000000

72200000

72226000

72227000

72266000

II.2.3) Place of performance

NUTS code:

UKF3


Main site or place of performance:

The main place or site of performance is the Council Offices (the Guildhall) in Gainsborough and its satellite locations within the district boundaries.

II.2.4) Description of the procurement

The delivery of an Enterprise CRM Solution, which will reduce the complexities of, and enhance the Councils ability to manage customer contact, process requests for services; and deliver those resulting services. It has 2 key delivery elements, encompassing the first 2 outcomes of the wider project. The first is the delivery of an enhanced CRM system that will be used to manage all customer interaction across the Council; and deliver end to end service delivery processes. The scope of the enhanced CRM solution will have the potential to provide capabilities such as customer and transaction management, Omni-channel capabilities, customer self service options, data reporting, knowledgebase, customer engagement methods, artificial intelligence supported enquiries and process automation and workflow capabilities. The product will also need to work in conjunction with other customer management products including the Councils contact centre and website capabilities. The second element is the delivery of professional services to enable the transfer of customer-facing service transactions into the enhanced CRM system, in entirety where possible, or delivering frontline activities in CRM and providing 2 way integration to retained business systems where needed. The benefits the Council are seeking from the delivery of such enterprise CRM solution are:

(a) improved access options for customers;

(b) delivery of a single view of the customer model;

(c) enhanced first contact resolution, with a right first time response;

(d) focus on customer- based transactions, as opposed to silo service transactions;

(e) consistent, simplified, optomised, and digitally enabled processes;

(f) services that easy to grow and adapt;

(g) invaluable customer insight and business intelligence;

(h) supports organisational transformation to a customer-centric organisation.

In addition, the council are also looking for optional services, including but not restricted to performance management capabilities, and would consider the consolidation of this system within the Enterprise CRM solution.

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: 2 000 000.00  GBP

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

End: 02/02/2030

This contract is subject to renewal: Yes

Description of renewals:

The contract will be let for five (5) years with options to extend for a further two (2) periods of two (2) years and a further period of one (1) year making a total period of ten (10) years.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The procurement of this lot is being conducted in 3 stages using Regulation 29 of the Public Contract Regulations 2015 a Competitive Procedure with Negotiation via invitation to tender. Full details on the areas upon which the Council is prepared to negotiate are included in the procurement documents, for optional service elements should the Council at anytime during the life of the contract decide to take up these services the procurement compliance mechanism for doing so shall be Regulation 72.

The objective criteria for choosing candidates is included in the procurement documentation. Please note the Council is seeking indicative costs for all optional services.

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 2

II.2.1) Title

Enterprise Business Support

II.2.2) Additional CPV code(s)

48170000

48200000

48400000

72000000

II.2.3) Place of performance

NUTS code:

UKF3


Main site or place of performance:

The main place or site of performance is the Council Offices (the Guildhall) in Gainsborough and its satellite locations within the district boundaries.

II.2.4) Description of the procurement

The Council has the view that consolidating back office support functions (potentially with our customers-facing service provision), through a corporate enterprise solution, would give significant benefits in the long-term. These benefits would include improved efficiency, service management, working practices, and business intelligence opportunities, as well as modern business support systems which can support our transformational changes. The Council are therefore looking to transfer back office support functions and business applications, into a corporate enterprise solution. Within this lot, the Council are looking to deliver specific business support functions at the start of the contract whilst also assessing any product for fit with its aspirational wider enterprise business support vision. The initial requirement is for a financial management system capable of supporting government legislative and regulatory requirements in financial management and procurement functions. The solution shall include account payable, accounts receivable, general ledger, bank reconciliation, purchasing, invoicing and wider procurement functions, budget planning, budget management and financial reporting capabilities. Any chosen solution will be assessed for its ability to support further business support functions (optional services) in the areas of HR, Payroll, asset management and income management and the ability to provide business intelligence tools.

In addition within this lot the Council also seeks optional services, including but not restricted to programme and performance management capabilities.

The benefits of an enterprise business support solution are:

(a) improved financial management capabilities to support the Councils emerging regeneration, commercial and investment activities;

(b) ability to join up processes and data across a range of functions easily and simply to support management and employee functions;

(c) improved service and management intelligence at the fingertips of Council managers;

(d) enabling data led decision making;

(e) provides greater ability to deliver business intelligence in the future.

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: 3 500 000.00  GBP

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

End: 02/02/2030

This contract is subject to renewal: Yes

Description of renewals:

The contract will be let for five (5) years with options to extend for a further two (2) periods of two (2)years and a further period of one (1) year making a total period of ten (10) years.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The procurement of this Lot is being conducted in 3 stages using Regulation 29 of the Public Contract Regulations 2015 a competitive procedure with negotiation via invitation to tender. Full details on the areas upon which the Council is prepared to negotiate are included in the procurement documents, for optional service elements should the Council at anytime during the life of the contract decide to take up these services the procurement compliance mechanism for doing so shall be Regulation 72

The objective criteria for choosing candidates is included in the procurement documentation please note the Council is seeking indicative costs for all optional services.

II.2.10) Information about variants

Variants will be accepted: No

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 15/07/2019

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 26/07/2019

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: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Lincolnshire County Council

Orchard House

Lincoln

LN1 1BA

UK

E-mail: ProcurementLincolnshire@Lincolnshire.gov.uk

Internet address(es)

URL: http://ProcurementLincolnshire@Lincolnshire.gov.uk

VI.4.2) Body responsible for mediation procedures

Lincolnshire County Council

London

UK

VI.5) Date of dispatch of this notice

14/06/2019

Coding

Commodity categories

ID Title Parent category
48400000 Business transaction and personal business software package Software package and information systems
48170000 Compliance software package Industry specific software package
48445000 Customer Relation Management software package Financial analysis and accounting software package
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48200000 Networking, Internet and intranet software package Software package and information systems
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
72226000 System software acceptance testing consultancy services Systems and technical consultancy 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:
Michael.Hunt@lincolnshire.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.