Tender

Development Management Solution

  • Link Group

F02: Contract notice

Notice identifier: 2022/S 000-004704

Procurement identifier (OCID): ocds-h6vhtk-0318fc

Published 18 February 2022, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Link Group

2c New Mart Road

Edinburgh

EH14 1RL

Email

developmentgroup@linkgroup.org.uk

Telephone

+44 3303030124

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.linkhousing.org.uk

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

Registered Social Landlord

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Development Management Solution

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

Link is seeking a development project management solution that enables Link to manage it's development programme at an individual development project level and at an overall development programme level. The successful solution should have the required functionality to manage the full lifecycle and milestones during the delivery of development projects i.e. Feasibility, Project Appraisal, Construction, Completion, Handover, Defects completion, Final Certificate. It should provide reporting and Development budget monitoring. It should include functionality to provide financial appraisals and model each development project, considering management and maintenance costs, calculate rental income, provide average unit costs enabling them to assess viability and check against Scottish Government benchmarks for funding levels. In addition, the proposed solution should have the capability to integrate with Link’s existing business systems, and in particular, Aareon QL and Oracle Fusion Cloud.

two.1.5) Estimated total value

Value excluding VAT: £250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Central Belt of Scotland

two.2.4) Description of the procurement

Ensure Development has an alternative system to the Carista Database that will have the required functionality to manage the full lifecycle and milestones during the delivery of development projects i.e. Feasibility, Project Appraisal, Construction, Completion, Handover, Defects completion, Final Certificate and provide improvements to the current system allowing a greater variety of reporting and Development budget monitoring.  To provide a solution that enables Link to financially appraise and model each development project, considering management and maintenance costs, calculate rental income, provide average unit costs enabling them to assess viability and check against Scottish Government benchmarks for funding levels. Have a proposed solution that has the capability to integrate with Link’s existing business systems, and in particular, Aareon QL and Oracle Fusion Cloud. Have a system that can be implemented and integrated within the required timescales i.e. 6 months from Project Kick-off. Have a system that will also provide adequate and ongoing training and support. Have a system that continues to meet its business needs and commercial aspirations in future years. A system which affords Link better reporting / analytics to allow better decision making i.e., produce reports that are regularly required quickly and easily. Ideally a ‘build your own reports’ functionality will be included to enable flexibility for when these reporting requirements change. Have a system which can provide a high-level dashboard for executive monitoring incorporating a range of programme status indicators

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

42

This contract is subject to renewal

Yes

Description of renewals

One 24 month extension

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

An internationally recognised Project Management methodology e.g. PRINCE2, Agile.

If you are proposing to use a Cloud Hosting Provider, please provide evidence of compliance with an industry recognised security certification and accreditation such as Cyber Essentials or ISO 27001 for your nominated Provider.

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

Restricted 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

Date

21 March 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 March 2022

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.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=684004.

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:684004)

six.4) Procedures for review

six.4.1) Review body

Falkirk Sherriff Court and Justice of the Peace Court

Falkirk

Country

United Kingdom