Opportunity

Supply of an Enterprise Voice and Customer Contact Centre Solution

  • Itica Limited

F02: Contract notice

Notice reference: 2023/S 000-000882

Published 11 January 2023, 5:07pm



Section one: Contracting authority

one.1) Name and addresses

Itica Limited

Davison House, North Street

CB1 1BH

BN11 1ER

Contact

Neville Brown

Email

neville.brown@itica.com

Telephone

+44 7771810621

Country

United Kingdom

NUTS code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

www.worthing-homes.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA20962

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.mytenders.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of an Enterprise Voice and Customer Contact Centre Solution

two.1.2) Main CPV code

  • 32524000 - Telecommunications system

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply, implementation and support of a hosted enterprise voice and customer contact management solution.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ27 - West Sussex (South West)
Main site or place of performance

Davison House, Worthing

two.2.4) Description of the procurement

Supply and implementation of services / capabilities covering our enterprise voice and customer contact management, for example;

o Dial-plan management for 100 users of standard telephony services

o ‘Work Anywhere’

o Voicemail

o DDI call routing including interfacing with our SIP services

o IVR for main number and contact centre

o Call handling / routing

o Task management

o Call recording, including PCI / DSS

o Integration with Civica Cx (Housing Management System) and Microsoft O365

o Service reporting

o AI capabilities, for example ‘virtual’ agents

o Omni-channel management

two.2.5) Award criteria

Quality criterion - Name: Functional Requirements - Phase 1 / Weighting: 20

Quality criterion - Name: Functional Requirements - Phase 2 / Weighting: 20

Quality criterion - Name: Non-Functional Requirements / Weighting: 5

Quality criterion - Name: Professional Services / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 15

Quality criterion - Name: Demonstrations / Weighting: 10

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £300,000

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

Annually for a period of 5 years after initial term

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Phase 2 Requirements as defined in ITT Part Section A2

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

See ITT Documentation


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

See ITT Documents

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: No

four.2) Administrative information

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

Date

10 February 2023

Local time

12:00pm

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

10 February 2023

Local time

1:00pm

Place

Davison House

Information about authorised persons and opening procedure

Andy Wyatt, Procurement

Lou Laraway - Head of Finance and IT


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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=228446.

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:228446)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit