Opportunity

Finance System

  • The Education and Training Foundation

F02: Contract notice

Notice reference: 2023/S 000-008076

Published 20 March 2023, 4:37pm



The closing date and time has been changed to:

12 May 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

The Education and Training Foundation

Third Floor, 157 - 197 Buckingham Palace Road

London

SW1W 9SP

Contact

Commissioning and Procurement Lead

Email

tenderqueries@etfoundation.co.uk

Telephone

+44 2037408280

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.et-foundation.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28768

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

Other type

Charity

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Finance System

Reference number

FIN 22/23.1

two.1.2) Main CPV code

  • 72268000 - Software supply services

two.1.3) Type of contract

Services

two.1.4) Short description

As part of its digital transformation programme and drive for improved systems, The Education and Training Foundation (ETF) have embarked on the procurement of a new finance system. The current system (Sage 200 / WAP) is no longer deemed to be sufficient to support the current structure, need for future fluidity and current reporting demands. There are also issues with how other systems within ETF communicate with the finance system, leading to potential non-compliance with finance regulations and Making Tax Digital (MTD).

The decision has been made to review the market for systems that can provide solutions to all issues and can integrate with ETF’s Azure database. This document is the initiation of that process, with a view to shortlisting a number of systems to be presented to an interview panel, with further analysis and discussion as appropriate. ETF is looking to elect one supplier as a long-term systems partner.

two.1.5) Estimated total value

Value excluding VAT: £200,000

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
  • 48170000 - Compliance software package
  • 48217000 - Transaction-processing software package
  • 48412000 - Tax preparation software package
  • 48440000 - Financial analysis and accounting software package
  • 48441000 - Financial analysis software package
  • 48442000 - Financial systems software package
  • 48443000 - Accounting software package
  • 72260000 - Software-related services
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72266000 - Software consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The aim of this tender is to secure a new finance system including procurement functionality and which can integrate with existing systems. Full details of the requirements of the platform are set out in Part 2 of the Tender Response Document.

ETF is open to proposals from either one bidder which can both provide and implement the solution, or from bidders acting as an implementation partner for third-party software providers, or from bidders proposing the use of their own software via a preferred implementation partner. The budget provided in all bids should cover all project requirements and elements including any third-party costs.

The value of the contract across the full five years is up to 200000GBP including VAT.

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: £166,667

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

There is a two-year optional extension period built into the five-year term.

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.2.3) 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

21 April 2023

Local time

4:00pm

Changed to:

Date

12 May 2023

Local time

12:00pm

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

Tender must be valid until: 22 May 2023

four.2.7) Conditions for opening of tenders

Date

21 April 2023

Local time

4:00pm


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=228989.

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:228989)

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