Tender

Transformation of Legacy Finance, Purchase-To-Pay, and Business Planning Systems

  • Forestry and Land Scotland

F02: Contract notice

Notice identifier: 2022/S 000-009282

Procurement identifier (OCID): ocds-h6vhtk-03035e

Published 6 April 2022, 3:31pm



Section one: Contracting authority

one.1) Name and addresses

Forestry and Land Scotland

Great Glen House, Leachkin Road

Inverness

IV3 8NW

Email

Procurement@forestryandland.gov.scot

Telephone

+44 3000676000

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.forestryandland.gov.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30371

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.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Transformation of Legacy Finance, Purchase-To-Pay, and Business Planning Systems

Reference number

C0212

two.1.2) Main CPV code

  • 72210000 - Programming services of packaged software products

two.1.3) Type of contract

Services

two.1.4) Short description

Forestry and Land Scotland (FLS) are looking to procure a cloud solution and implementation services to replace the organisation’s current legacy Finance, Purchase to Pay, and Business Planning systems.

In addition to the above-noted core solution and related services, FLS may require the provision of certain optional solutions and services and/or additional solutions and services relating to FLS’s HR and Payroll systems, which optional or additional solutions and/or services would be required to provide FLS with seamless data flow between its HR and Payroll systems and its Finance, Purchase to Pay and Business Planning systems.

There is no obligation on FLS to require the provision of any such optional or additional solutions and/or services by the successful tenderer, nor on bidders to provide these, and FLS shall be entitled at its discretion to procure any solutions and/or services that are the same as or similar to the optional or additional solutions and/or services from any third party.

Further detail in relation to the specification of the above-noted core solution and related services and the optional or additional solutions and/or services and FLS’s requirements in relation thereto will be contained in the procurement documents relative to this contract opportunity.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48451000 - Enterprise resource planning software package
  • 72212451 - Enterprise resource planning software development services
  • 48440000 - Financial analysis and accounting software package
  • 48443000 - Accounting software package
  • 48441000 - Financial analysis software package
  • 48442000 - Financial systems software package
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 72263000 - Software implementation services
  • 48000000 - Software package and information systems
  • 30196000 - Planning systems
  • 48490000 - Procurement software package

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The purpose of this procurement is to implement a modern, integrated, modular, enterprise system with a centralised database that has the ability to support FLS’ finance, purchase to pay and business planning processes. It must be able to integrate with 3rd party systems, operate in real-time, provide meaningful management information and have a consistent look and feel across all business modules.

The solution will provide the foundation for Digital Transformation across FLS and the delivery of the FLS draft Digital Strategy.

The contract will be subject to Community Benefits and support FLS to meet their requirements of the Climate Change (Duties of Public Bodies: Reporting Requirements) (Scotland) Amendment Order 2020 and the sustainability targets.

The estimated value of this procurement is circa 4.5M GBP - 6M GBP

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £6,000,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

There is an option to extend for a maximum of 3 additional years.

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Responses of the Bidders who are not subject to any of the exclusion grounds and who meet the applicable selection criteria in relation to economic and financial standing will be evaluated based on the experience examples provided to demonstrate their technical and professional ability. Further information in relation to the applicable exclusion grounds and selection criteria is contained in the tender documents, including the Instructions to Bidders Cover Letter on PCS-T.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

In addition to the above-noted core solution and related services, FLS may require the provision of certain optional solutions and services and/or additional solutions and services relating to FLS’s HR and Payroll systems, which optional or additional solutions and/or services would be required to provide FLS with seamless data flow between its HR and Payroll systems and its Finance, Purchase to Pay and Business Planning systems.

There is no obligation on FLS to require the provision of any such optional or additional solutions and/or services by the successful tenderer, nor on bidders to provide these, and FLS shall be entitled at its discretion to procure any solutions and/or services that are the same as or similar to the optional or additional solutions and/or services from any third party.

Further detail in relation to the specification of the above-noted core solution and related services and the optional or additional solutions and/or services and FLS’s requirements in relation thereto will be contained in the procurement documents relative to this contract opportunity.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


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

N/A

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 the Invitation to Tender documents located within Public Contract Scotland - Tender.

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

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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-031719

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 May 2022

Local time

12:00pm

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

11 July 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

Tender must be valid until: 6 February 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Around February 2029 is when procurement should initiate a project for the renewal of the Finance System.

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

Scoring Methodology 0-4 will be used to evaluate the technical ability of the SPD. Further detailed description has been inserted in the SPD Instruction to Bidders Document.

The Instruction to Bidders Document can be found in the additional attachment folder located on Public Contract Scotland - Tender.

The Scottish Government's Supplier Journey website will guide you through the process of bidding for public sector goods and services, available here: https://www.supplierjourney.scot/

The Supplier Developer Programme is available to assist Suppliers with public procurement including training events: https://www.sdpscotland.co.uk/region/public-bodies-forestry-commission/

The Buyer Help and Guidance on PCS-T here:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/buyerhelp.html

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 20620. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Suppliers within this market are likely to have established partnership and subcontracting relationships. As this will be a contract for Software as a Service implementation of cloud software, it is unlikely that it would involve opportunities for local suppliers, third sector, or supported businesses. Therefore, it is not considered appropriate or proportionate to include the subcontracting clause.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community benefits have been considered, those of which are directly related to the type of services required. Community Benefits will addressed through a scored technical question, and delivery of these will become a condition of contract. This will be monitored as part of contract management.

The recommended approach is for FLS to develop a ‘menu’ of Community Benefits that the organisation would like the successful supplier to deliver. The potential benefits are expected to include digital training/upskilling (e.g.: of suppliers operating within forestry/rural environment), volunteer days relating to forestry, and other objectives lined to FLS’ activities and priorities. The options for potential benefits will be finalised prior to the issue of ITT.

The bidders will be required to confirm the community benefit they would commit to providing and describe their approach to its delivery, including engagement with FLS and resources that they may require from FLS.

If successful, the winning bidder will be required to discuss the content of their community benefit proposal and agree a plan for the delivery of the agreed community benefits which will become a condition of the contract.

(SC Ref:680267)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

Email

supreme.courts@scotcourts.gov.uk

Telephone

+44 1312252595

Country

United Kingdom