Tender

Customer Relationship and Case Management (CRCM) Solution

  • The Riverside Group Ltd

F02: Contract notice

Notice identifier: 2023/S 000-016699

Procurement identifier (OCID): ocds-h6vhtk-03d5c0

Published 13 June 2023, 12:10pm



Section one: Contracting authority

one.1) Name and addresses

The Riverside Group Ltd

2 Estuary Boulevard, Estuary Commerce Park

Liverpool

L24 8RF

Contact

Laura Wood

Email

procurement@riverside.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.riverside.org.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/theriversidegroup/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

Customer Relationship and Case Management (CRCM) Solution

Reference number

BS/0006

two.1.2) Main CPV code

  • 48445000 - Customer Relation Management software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Riverside Group (TRG) are seeking to procure a strategic Customer Relationship and Case Management (CRCM) solution for use in effectively supporting operational delivery of care and support to customers nationwide.The procurement documentation provides details concerning:• The aims, objectives and expected benefits associated with the CRCM solution• The current state systems landscape in Riverside Care and Support (RCS)• A high-level target CRCM solution vision which includes:o Capabilities and processes it is expected that the CRCM solution will enable – see Document B: Appendix 1 Capability and Process Lifecycleo A comprehensive set of functional and non-functional requirements to include details of target CRCM solution users – see Document B: Appendix 2Please the procurement documentation available at https://in-tendhost.co.uk/theriversidegroup/aspx/Home

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48445000 - Customer Relation Management software package
  • 72261000 - Software support services
  • 72263000 - Software implementation services
  • 72265000 - Software configuration services
  • 72267000 - Software maintenance and repair services
  • 48440000 - Financial analysis and accounting software package
  • 48400000 - Business transaction and personal business software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Riverside Group (TRG) are seeking to procure a strategic Customer Relationship and Case Management (CRCM) solution for use in effectively supporting operational delivery of care and support to customers nationwide.The procurement documentation provides details concerning:• The aims, objectives and expected benefits associated with the CRCM solution• The current state systems landscape in Riverside Care and Support (RCS)• A high-level target CRCM solution vision which includes:o Capabilities and processes it is expected that the CRCM solution will enable – see Document B: Appendix 1 Capability and Process Lifecycleo A comprehensive set of functional and non-functional requirements to include details of target CRCM solution users – see Document B: Appendix 2Please the procurement documentation available at https://in-tendhost.co.uk/theriversidegroup/aspx/Home

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £1,500,000

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

Start date

2 October 2023

End date

1 October 2028

This contract is subject to renewal

No

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

Please see the details of all procurement documentation.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Please see the details of all procurement documentation.

Minimum level(s) of standards possibly required

Please see the details of all procurement documentation.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please see the details of all procurement documentation.

Minimum level(s) of standards possibly required

Please see the details of all procurement documentation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see the details of all procurement documentation.


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: No

four.2) Administrative information

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

Date

13 July 2023

Local time

12:00pm

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

Tender must be valid until: 25 December 2023

four.2.7) Conditions for opening of tenders

Date

13 July 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This tender process will incorporate a minimum 10 calendar day standstill period at the point of information on the award is communicated to tenderers. Appeals can be directly raised via The Riverside Group's eTendering portal (In-Tend) at https://intendhost.co.uk/theriversidegroup/aspx/Home