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

NHS Property Services Credit Control Application.

  • First published: 01 October 2016
  • Last modified: 01 October 2016
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
NHS Property Services
Authority ID:
AA24344
Publication date:
01 October 2016
Deadline date:
28 October 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This procurement will deliver a Credit Control Application to enable it to effectively manage credit entitlement of its customers, issue dunning letters, chase payment of outstanding invoices, record and manage queries through to resolution and enable the head of the department to effectively manage the activities of the team in the credit control and collection area. This follows the acquisition of a new Corporate Finance System (Microsoft Dynamics NAV) and a new Asset Management system (Horizon from Qube Global). While the NAV application has some credit control functionality, it does not have the full capability required by the business to manage the volume and complexity of its accounts receivable.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Property Services

1 Lower Marsh

London

SE1 7NT

UK

E-mail: Procurement@property.nhs.uk

NUTS: UK

Internet address(es)

Main address: www.property.nhs.uk

I.3) Communication

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

https://nhspropertyservices.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://nhspropertyservices.bravosolution.co.uk/web/login.shtml


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


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NHS Property Services Credit Control Application.

Reference number: ITT_209

II.1.2) Main CPV code

48442000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Property Services (‘NHSPS’) has embarked on a business systems transformation program and is procuring ‘off the shelf packaged’ applications that will allow it to run its property business efficiently. The new systems will eventually cover all of its business. Two key systems are currently being deployed: Microsoft Dynamics NAV for the corporate finance platform and Qube Horizon for the management of its property asset portfolio. NHSPS now requires to purchase a Credit Control application to complement these two systems and enable it to effectively manage the credit entitlement of its customers, chase payments of outstanding invoices, issue dunning letters, record and manage queries through to resolution and to enable the head of the department to effectively manage the activities of the team in the credit control and collection area. NHSPS prefers a Software as a Service SaaS ‘Mode of Delivery’ model but will accept other ‘Modes of Delivery’ from tenderers.

II.1.5) Estimated total value

Value excluding VAT: 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: Lot 1

II.2.1) Title

Lot 1 — Credit Control Software Application and Services

II.2.2) Additional CPV code(s)

48442000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

England — The NHSPS Service Integration and Management team will be based in London; however users of the service will be based in various regions of England.

II.2.4) Description of the procurement

This procurement will deliver a Credit Control Application to enable it to effectively manage credit entitlement of its customers, issue dunning letters, chase payment of outstanding invoices, record and manage queries through to resolution and enable the head of the department to effectively manage the activities of the team in the credit control and collection area. This follows the acquisition of a new Corporate Finance System (Microsoft Dynamics NAV) and a new Asset Management system (Horizon from Qube Global). While the NAV application has some credit control functionality, it does not have the full capability required by the business to manage the volume and complexity of its accounts receivable.

II.2.5) Award criteria

Criteria below:

Quality criterion: Functional Requirements weighting / Weighting: 35 %

Quality criterion: Non Functional Requirements weighting / Weighting: 15 %

Quality criterion: Implementation and Support weighting / Weighting: 14 %

Quality criterion: Governance and Cultural Fit weighting / Weighting: 6 %

Cost criterion: Pricing weighting / Weighting: 30 %

II.2.6) Estimated value

Value excluding VAT: 600 000.00  GBP

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

Duration in months: 72

This contract is subject to renewal: No

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: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The contract shall be 4 years (48 months) with an option thereafter, to extend on an annual basis for up to 2 additional years. (4+1+1). The contract in its entirety may therefore run for 6 years (72 months).

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: Lot 2

II.2.1) Title

Lot 2 — Credit Control Application Implementation and Integration Services

II.2.2) Additional CPV code(s)

72200000

72223000

72221000

72246000

72225000

72250000

80510000

72611000

72227000

72212443

72212442

72212100

72212441

72212000

72212440

72268000

72262000

72266000

72222300

72222000

72224100

72224200

72220000

72222200

72316000

72222100

72253000

72224000

72226000

72253200

72263000

72267200

72265000

72267000

72267100

72261000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

England — The NHSPS Service Integration and Management team will be based in London; however users of the service will be based in various regions of England.

II.2.4) Description of the procurement

NHSPS require the following services to implement and integrate the Credit Control Solution: Business Analysis, Data Analysis, Business Process Mapping and Re-Engineering, Project Management activities, RAID services, Implementation leadership and support services (including requirements validation, solution definition and configuration), training (including Training needs analysis, training activity planning, training delivery) and solution testing (which may include but not be limited to alpha, beta, regression, etc.).

An application service provider may have an internal implementation and integration capability in which case it can tender for both Lot 1 and Lot 2. If the application service provider works with a partner, then its partner should tender for Lot 2, collaborating as appropriate. Tenders for Lot 1 and Lot 2 are evaluated together and awarded separately. NHSPS shall assess the combined Lots to determine the most economically advantageous tender.

II.2.5) Award criteria

Criteria below:

Quality criterion: Functional Requirements weighting / Weighting: 35 %

Quality criterion: Non Functional Requirements weighting / Weighting: 15 %

Quality criterion: Implementation and Support weighting / Weighting: 14 %

Quality criterion: Governance and Cultural Fit weighting / Weighting: 6 %

Cost criterion: Pricing weighting / Weighting: 30 %

II.2.6) Estimated value

Value excluding VAT: 200 000.00  GBP

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

Duration in months: 72

This contract is subject to renewal: No

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: Yes

Description of options:

The contract shall be 4 years (48 months) with an option thereafter, to extend on an annual basis for up to 2 additional years. (4+1+1). The contract in its entirety may therefore run for 6 years (72 months).

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

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: 28/10/2016

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

Tender must be valid until: 16/01/2017

IV.2.7) Conditions for opening of tenders

Date: 28/10/2016

Local time: 12:00

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

Cabinet Office

UK

UK

VI.5) Date of dispatch of this notice

28/09/2016

Coding

Commodity categories

ID Title Parent category
72212443 Accounting software development services Programming services of application software
72221000 Business analysis consultancy services Systems and technical consultancy services
72316000 Data analysis services Data-processing services
72212440 Financial analysis and accounting software development services Programming services of application software
72212441 Financial analysis software development services Programming services of application software
72212442 Financial systems software development services Programming services of application software
48442000 Financial systems software package Financial analysis and accounting software package
72253000 Helpdesk and support services System and support services
72212100 Industry specific software development services Programming services of application software
72222200 Information systems or technology planning services Information systems or technology strategic review and planning services
72222000 Information systems or technology strategic review and planning services Systems and technical consultancy services
72222100 Information systems or technology strategic review services Information systems or technology strategic review and planning services
72223000 Information technology requirements review services Systems and technical consultancy services
72222300 Information technology services Information systems or technology strategic review and planning services
72267100 Maintenance of information technology software Software maintenance and repair services
72212000 Programming services of application software Programming services of packaged software products
72224000 Project management consultancy services Systems and technical consultancy services
72267200 Repair of information technology software Software maintenance and repair services
72265000 Software configuration services Software-related services
72266000 Software consultancy services Software-related services
72262000 Software development services Software-related services
72263000 Software implementation services Software-related services
72227000 Software integration consultancy services Systems and technical consultancy services
72267000 Software maintenance and repair services Software-related services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
72268000 Software supply services Software-related services
72261000 Software support services Software-related services
80510000 Specialist training services Training services
72250000 System and support services Software programming and consultancy services
72224100 System implementation planning services Project management consultancy services
72225000 System quality assurance assessment and review services Systems and technical consultancy services
72224200 System quality assurance planning services Project management consultancy services
72226000 System software acceptance testing consultancy services Systems and technical consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services
72246000 Systems consultancy services Systems analysis and programming services
72253200 Systems support services Helpdesk and support services
72611000 Technical computer support services Computer support 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@property.nhs.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.