Section one: Contracting authority
one.1) Name and addresses
Stonewater Limited
Suite C, Lancaster House, Enderby Road
Leicester
LE8 6EP
Telephone
+44 7387024336
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/
Tenders or requests to participate must be submitted to the above-mentioned address
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
Salesforce Customer Relationship Management (CRM) Solution Delivery Partner
Reference number
00502-CS
two.1.2) Main CPV code
- 72200000 - Software programming and consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Stonewater is pleased to invite interested and qualified suppliers to participate in a competitive process to deliver Salesforce’s Customer Relationship Management (CRM) solution, hereafter referred to as ‘The Tender’.
The implementation of the chosen CRM solution is part of Stonewater’s journey towards achieving a number of key business objectives:
•Transforming Customer Service: Enhancing the way we deliver customer service at Stonewater, ensuring a more streamlined, responsive and customer-focused experience.
•Eliminating Legacy System Constraints: Addressing the limitations of our current legacy systems by implementing a modern solution that overcomes inefficiencies and operational roadblocks.
•Enhancing Agility: Increasing organisational agility through a platform that supports an ecosystem of apps and flexible bolt-on features, allowing for easier adaptation to future needs and technological advancements.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Open Procedure: The Open Procedure is a single-stage, competitive and transparent procurement method where all interested suppliers are invited to submit their tenders. This approach ensures that every eligible supplier has the opportunity to participate and be considered for inclusion.
Process Description:
1.Invitation to Tender: All potential suppliers are invited to submit their tenders in response to this procurement notice. The invitation will detail the requirements, scope of work, and specific criteria for how each bid will be assessed and scored.
2.Submission of Tenders: Suppliers must submit their tenders by the specified deadline. Submissions should include both their written technical responses and financial proposals, addressing the key requirements of the project.
3.Evaluation:
oQualitative Evaluation: This will be assessed in two stages:
(a) Bidders will provide written responses to the questions included in Document 3 – Questions. The evaluation will assess the quality, expertise, and suitability of each supplier’s proposed approach and experience in delivering the required solution. It will also review their ability to support change management across Stonewater, as well as other aspects, such as their approach to delivering social value and sustainability initiatives.
Answers will be completed on Stonewater’s e-tendering portal, with Document 3 being used for guidance only.
(b) The three highest placed bidders, following the conclusion of the evaluation of the written responses and commercial submissions, will be invited for a final stage interview. All information, including the questions that will be posed to bidders in this section can be found in Document 5 – Supplier Interview Questions.
oQuantitative Evaluation: This will focus on the total price submitted by each bidder. Pricing will be assessed on a time and materials basis, using a pre-written submission document to ensure alignment with Stonewater’s target cost for the project and the associated budgetary constraints.
4.Appointment to Contract: It is Stonewater’s intention to appoint one supplier for the delivery of this project, based on the outcome of this tender exercise.
5.Contract Award: The successful bidder will be notified and formally appointed under contract, subject to negotiation and all checks and approvals being successfully achieved. Unsuccessful suppliers will be informed of the decision and will be provided with feedback on why they were unsuccessful.
6.Contract Management: Following appointment, the successful bidder will be expected to adhere to the terms of the contract and deliver the required services as outlined.
two.2.5) Award criteria
Quality criterion - Name: Responses to Written Technical Questions / Weighting: 40
Quality criterion - Name: Interviews / Weighting: 20
Cost criterion - Name: Commercial Proposal / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
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
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/KQ6C9EWJ3V
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
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
12 February 2025
Local time
5:00pm
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
Tender must be valid until: 12 August 2025
four.2.7) Conditions for opening of tenders
Date
13 February 2025
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/KQ6C9EWJ3V
GO Reference: GO-2025113-PRO-29113275
six.4) Procedures for review
six.4.1) Review body
Stonewater Limited
Suite C, Lancaster House, Enderby Road
Leicester
LE8 6EP
Telephone
+44 7387024336
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Stonewater Limited
Grange Business Park, Enderby Road
Leicester
LE8 6EP
Telephone
+44 7387024336
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Stonewater Limited
Grange Business Park, Enderby Road
Leicester
LE8 6EP
Telephone
+44 7387024336
Country
United Kingdom