Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Education and Training Foundation
Third Floor, 157 - 197 Buckingham Palace Road
London
SW1W 9SP
UK
Contact person: Commissioning and Procurement Lead
Telephone: +44 2037408280
E-mail: tenderqueries@etfoundation.co.uk
NUTS: UKI
Internet address(es)
Main address: http://www.et-foundation.co.uk
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28768
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.mytenders.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.mytenders.co.uk
I.4) Type of the contracting authority
Other: Charity
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Finance System
Reference number: FIN 22/23.1
II.1.2) Main CPV code
72268000
II.1.3) Type of contract
Services
II.1.4) Short description
As part of its digital transformation programme and drive for improved systems, The Education and Training Foundation (ETF) have embarked on the procurement of a new finance system. The current system (Sage 200 / WAP) is no longer deemed to be sufficient to support the current structure, need for future fluidity and current reporting demands. There are also issues with how other systems within ETF communicate with the finance system, leading to potential non-compliance with finance regulations and Making Tax Digital (MTD).
The decision has been made to review the market for systems that can provide solutions to all issues and can integrate with ETF’s Azure database. This document is the initiation of that process, with a view to shortlisting a number of systems to be presented to an interview panel, with further analysis and discussion as appropriate. ETF is looking to elect one supplier as a long-term systems partner.
II.1.5) Estimated total value
Value excluding VAT:
200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48000000
48170000
48217000
48412000
48440000
48441000
48442000
48443000
72260000
72261000
72263000
72266000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The aim of this tender is to secure a new finance system including procurement functionality and which can integrate with existing systems. Full details of the requirements of the platform are set out in Part 2 of the Tender Response Document.
ETF is open to proposals from either one bidder which can both provide and implement the solution, or from bidders acting as an implementation partner for third-party software providers, or from bidders proposing the use of their own software via a preferred implementation partner. The budget provided in all bids should cover all project requirements and elements including any third-party costs.
The value of the contract across the full five years is up to 200000GBP including VAT.
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:
166 667.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
There is a two-year optional extension period built into the five-year term.
II.2.9) Information about the limits on the number of candidates to be invited
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
21/04/2023
Local time: 16:00
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
Tender must be valid until:
22/05/2023
IV.2.7) Conditions for opening of tenders
Date:
21/04/2023
Local time: 16:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228989.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:228989)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
20/03/2023