Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Property Services
85 Gresham Street
London
EC2V 7NQ
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 implementing new applications that will allow it to run its property business efficiently. The new systems will eventually cover all of its business. 2 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 2 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.
II.1.5) Estimated total value
Value excluding VAT:
350 000.00
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 as a Service (SaaS)
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 SaaS 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) SaaS and a new Asset Management system (Horizon from Qube Global) SaaS. 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:
350 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: 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 3 years with an option to extend for up to 2 additional years. The contract in its entirety may therefore run for 5 years (60 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 Software as a Service (SaaS) Implementation and Integration Services
II.2.2) Additional CPV code(s)
72222300
72224100
72223000
72220000
72224200
72222200
72221000
72316000
72253000
72225000
72224000
80510000
72253100
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 SaaS 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 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:
350 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: 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 3 years with an option to extend for up to 2 additional years. The contract in its entirety may therefore run for 5 years (60 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:
21/10/2016
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:
06/01/2017
IV.2.7) Conditions for opening of tenders
Date:
21/09/2016
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.5) Date of dispatch of this notice
16/09/2016