Section one: Contracting authority
one.1) Name and addresses
London & Partners
1st Floor, 169 Union Street
London
SE1 0LL
Contact
Lina Gonzalez Gomez
Telephone
+44 02033767447
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43152
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
one.4) Type of the contracting authority
Other type
Third Sector
one.5) Main activity
Other activity
Marketing
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
HR, Finance and Planning Systems
Reference number
PROC154
two.1.2) Main CPV code
- 72212442 - Financial systems software development services
two.1.3) Type of contract
Services
two.1.4) Short description
London & Partners intend to replace the current finance system Navision v2016 which is now out of mainstream support from the vendor. Additionally, the HR Solution, Access Group, is also approaching renewal in March 2023 and is now scheduled for a review as part of the agreed planning phase.
Your response may be for one or more of the lots. Please indicate clearly which lot(s) you are responding to.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 - HR
Lot 2 – Finance
Lot 3 – Planning
two.2) Description
two.2.1) Title
HR
Lot No
1
two.2.2) Additional CPV code(s)
- 72212450 - Time accounting or human resources software development services
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
two.2.4) Description of the procurement
The HR requirements includes documentation and employee records management, comprising of record creations and maintaining medical records and capturing outside interests.
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: £720,000
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
Renewals will be subject to internal procurement policies and procedures and will be discussed with the incoming supplier at the appropriate time.
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
720,000 GBP Estimated value is for the total spend across all 3 Lots
two.2) Description
two.2.1) Title
Finance
Lot No
2
two.2.2) Additional CPV code(s)
- 48442000 - Financial systems software package
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
two.2.4) Description of the procurement
Finance The HR requirements includes supplier record management, including credit checks. The system must be able to handle debtor management, payments, exchange rates, purchase invoices and sales invoices, VAT returns, and support London & Partners ability to undertake forecasting and budgeting, manage fixed assets, with the ability to create Financial reports which provide business insights. London & Partners also need to be able to manage expenses and payroll alongside HR processes and the HR system
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: £720,000
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
Renewals will be subject to internal procurement policies and procedures and will be discussed with the incoming supplier at the appropriate time.
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
720,000 GBP Estimated Value is for all 3 Lots.
two.2) Description
two.2.1) Title
Planning
Lot No
3
two.2.2) Additional CPV code(s)
- 72222000 - Information systems or technology strategic review and planning services
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
two.2.4) Description of the procurement
Planning We manage our business within the constraints of budgets and capacity to execute the activities that will best help us deliver our corporate outcomes (measured as gross value add and net promoter score, may in the future also include size of carbon footprint)
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: £720,000
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
Renewals will be subject to internal procurement policies and procedures and will be discussed with the incoming supplier at the appropriate time.
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
720,000 GBP Estimated Value is for all 3 Lots
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
As per Tender documents attached.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Important Business Requirement, essential that the contract runs for 5 years to accommodate business needs.
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
28 April 2023
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 April 2023
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
*IMPORTANT*
The Respondent is required to advise Equantiis of its intention to accept or decline this RFP. Notification shall be made via email to procurement@equantiis.com as per the RFP timeline.
Any enquiries or requests for clarification of any matters arising from this RFP should be directed to procurement@equantiis.com Suppliers should not approach the client (London and Partners) directly.
Further details around the opportunity can be found in the Tender Documents attached to this notice.
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=228995.
(MT Ref:228995)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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