Opportunity

Stock Management Digital Solution

  • New Gorbals Housing Association

F02: Contract notice

Notice reference: 2022/S 000-000517

Published 7 January 2022, 3:35pm



The closing date and time has been changed to:

18 February 2022, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

New Gorbals Housing Association

200 Crown Street

Glasgow

G5 9AY

Email

info@altprocurement.co.uk

Telephone

+44 1414293900

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

https://www.newgorbalsha.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11242

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Other type

Housing Association

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Stock Management Digital Solution

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

NGHA require the provision of a fully digital and mobile IT system to manage its housing stock of 2700 rented homes and 1900 factored owner occupier homes. Our current systems are server based but new software can be cloud based, if assessed as the best option.

The system is required to cover aspects such as:

- holding all stock records for NGHA owned and managed stock

- holding all records of customers and applicants, and include statistical information

- holding rent accounting, arrears, income maximisation and rent predictions, anti social behaviour, allocations, estate management, void management and service charges

- logging of repairs and integrating with scheduling and workflow for inhouse operative (to include materials ordering, labour costs, invoice approval, completion times, recalls, out of hours call outs

- mobile capability and ability to deal with multiple charging rates

- billing of repairs

- financial and accounting functionality

- case management

- dynamic reporting on KPIs and MI

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 72212214 - Network operating system software development services
  • 72212442 - Financial systems software development services
  • 72212781 - System management software development services
  • 72220000 - Systems and technical consultancy services
  • 72250000 - System and support services
  • 72253200 - Systems support services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

NGHA require the provision of a fully digital and mobile IT system to manage its housing stock of 2700 rented homes and 1900 factored owner occupier homes. Our current systems are server based but new software can be cloud based, if assessed as the best option.

The system is required to cover aspects such as:

- holding all stock records for NGHA owned and managed stock

- holding all records of customers and applicants, and include statistical information

- holding rent accounting, arrears, income maximisation and rent predictions, anti social behaviour, allocations, estate management, void management and service charges

- logging of repairs and integrating with scheduling and workflow for inhouse operative (to include materials ordering, labour costs, invoice approval, completion times, recalls, out of hours call outs

- mobile capability and ability to deal with multiple charging rates

- billing of repairs

- financial and accounting functionality

- case management

- dynamic reporting on KPIs and MI

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £500,000

two.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

Initial 36 month period with option to extend by a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per procurement documentation

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Originally published as:

Date

7 February 2022

Local time

12:00pm

Changed to:

Date

18 February 2022

Local time

5:00pm

See the change notice.

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

English

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 February 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 24 months before end date

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=677907.

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.publiccontractsscotland.gov.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.

(SC Ref:677907)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom