Section one: Contracting authority
one.1) Name and addresses
Golding Homes
County Gate One, Staceys Street
Maidstone
ME14 1ST
Telephone
+44 3007772600
Country
United Kingdom
NUTS code
UKJ - SOUTH EAST (ENGLAND)
Internet address(es)
Main address
https://www.goldinghomes.org.uk
Buyer's address
https://www.goldinghomes.org.uk
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 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
Golding Homes - Procurement of repairs management software (RMS)
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Golding Homes are bringing their repairs service "in-house" from a previously fully outsourced service. As part of this exercise, we require to implement a Repairs Management System (RMS) to fully support our teams in delivering an excellent customer service.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48170000 - Compliance software package
- 48100000 - Industry specific software package
- 48330000 - Scheduling and productivity software package
- 48332000 - Scheduling software package
- 48333000 - Contact management software package
- 48219300 - Administration software package
- 48445000 - Customer Relation Management software package
two.2.3) Place of performance
NUTS codes
- UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance
SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
Golding Homes are looking to procure a repairs management system (RMS) which can interface with existing systems. The procurement is being conducted using competitive route with negotiation but we reserve the right to award as per procurement documentation. This is an accelerated procedure as a result of internal strategic change which requires maintenance of customer safety and satisfaction as a priority. The RMS system is critical to support service delivery. This is envisaged to be a 5 year contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
This is envisaged to be a 5 year contract with the option to extend to a maximum of 8 years dependent upon performance; capability and other measures as set out in the contract documentation
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documentation
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/U565ZB66C9
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to pass/fail criteria in procurement documentation
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.2.3) 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
Competitive procedure with negotiation
Accelerated procedure
Justification:
In Sourcing of repairs function has led to strategic and short notice requirement for repairs management system to be implemented to ensure customer safety and satisfaction
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
15 March 2021
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 March 2021
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)
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/U565ZB66C9
GO Reference: GO-2021225-PRO-17845403
six.4) Procedures for review
six.4.1) Review body
Golding Homes
County Gate One, Staceys Street
Maidstone
ME14 1ST
procurement@goldinghomes.org.uk
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Centre for effective dispute resolution (CEDR)
70 Fleet Street
London
EC4Y 1EU
Telephone
+44 2075366000
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Telephone
+44 3007772600
Country
United Kingdom