Section one: Contracting authority
one.1) Name and addresses
North Wales Housing
Plas Blodwel, Broad Street
Llandudno Junction
LL15 9HL
Contact
Neville Brown
Telephone
+44 7771810621
Country
United Kingdom
NUTS code
UKL13 - Conwy and Denbighshire
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sell2wales.gov.wales/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sell2wales.gov.wales/
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
Supply of a Housing Management System & Finance Management System
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
NWH wish to procure comprehensive 'commercial off-the-shelf' software to support its housing and finance operations. The Contract scope includes software supply, implementation support / consultancy to achieve maximum effectiveness of the solution, and ongoing maintenance and support.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
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 & 2
two.2) Description
two.2.1) Title
Supply of a Housing Management System
Lot No
1
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKL13 - Conwy and Denbighshire
Main site or place of performance
Plas Blodwel, Broad Street, Llandudno Junction LL31 9HL
two.2.4) Description of the procurement
Supply and implementation of software covering all aspects of housing operations, for example;
o lettings and allocations
o tenancy management, including CRM / Contact Management
o case and workload management
o revenue and debt management, including service charges
o asset management, including strategic, compliance, repairs, servicing, planned maintenance and voids
o workforce mobility
o digital and self-service capabilities including customer portal / app
o automation and end-to-end workflow
o dashboards and management information.
two.2.5) Award criteria
Quality criterion - Name: Strategic Objectives / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 8
Quality criterion - Name: Functional Requirements / Weighting: 20
Quality criterion - Name: Non-Functional Requirements / Weighting: 8
Quality criterion - Name: Professional Services / Weighting: 10
Quality criterion - Name: Service and Support / Weighting: 8
Quality criterion - Name: Account Management / Weighting: 10
Quality criterion - Name: Future Technology / Weighting: 5
Quality criterion - Name: Contract & Commercial / Weighting: 6
Price - Weighting: 15
two.2.6) Estimated value
Value excluding VAT: £1,020,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Annual renewals up to a further five years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 7
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) Description
two.2.1) Title
Supply of a Finance Management System
Lot No
2
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKL13 - Conwy and Denbighshire
Main site or place of performance
Plas Blodwel, Broad Street, Llandudno Junction LL31 9HL
two.2.4) Description of the procurement
Supply, implementation and support of software covering all aspects of financial operations, for example;
o Case management and workflow for approvals, queries, or issue resolution
o Expenses management (workflows, approvals, payment)
o Purchase to Pay with automated links to budgets, with GRN, invoice matching, and payment
o A portal for suppliers to be registered, maintain up to date details, and ac-cess capabilities including raising queries, submitting invoices and automatic updates on payment status
o Project Accounting for capital spend and other investments
o Management accounts for report distribution
o Making Tax Digital including the ability to manage partial exemptions
o Chart of Accounts
o Accounts Payable / Receivable
o Cash management
o General Ledger
o Journals
o Creditor Management
o Bank Reconciliation
two.2.5) Award criteria
Quality criterion - Name: Strategic Outcomes / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 8
Quality criterion - Name: Functional Requirements / Weighting: 20
Quality criterion - Name: Non-Functional Requirements / Weighting: 8
Quality criterion - Name: Professional Services / Weighting: 10
Quality criterion - Name: Service and Support / Weighting: 8
Quality criterion - Name: Account Management / Weighting: 10
Quality criterion - Name: Future Technology / Weighting: 5
Quality criterion - Name: Contract & Commercial / Weighting: 6
Price - Weighting: 15
two.2.6) Estimated value
Value excluding VAT: £420,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Annual renewals up to a further five years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 7
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
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 June 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 June 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: 9 (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 Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=121361.
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.sell2wales.gov.wales/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.
(WA Ref:121361)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom