Tender

Accounts Payable Duplicate Payments & Audit Software System Procurement

  • HAMPSHIRE COUNTY COUNCIL

F02: Contract notice

Notice identifier: 2023/S 000-017184

Procurement identifier (OCID): ocds-h6vhtk-03cd8f

Published 16 June 2023, 12:36pm



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO238UJ

Email

Procurement.Support@hants.gov.uk

Country

United Kingdom

Region code

UKJ3 - Hampshire and Isle of Wight

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.hants.gov.uk/

Buyer's address

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

one.3) Communication

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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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://in-tendhost.co.uk/hampshire/aspx/Home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Accounts Payable Duplicate Payments & Audit Software System Procurement

Reference number

CR19403

two.1.2) Main CPV code

  • 72260000 - Software-related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Accounts Payable Team process over 950,000 transactions every year on behalf of the Authority and other entities. The team currently use a software package to audit the finance system to discover duplicate payments and uses this information to prevent potentially fraudulent transactions and claw back payments made in error from suppliers. The Authority is looking to procure replacement COTS software licences, including support, maintenance and training. HCC is not looking for an outsourced duplicate payment and audit service - this activity is to be kept in-house.

two.1.5) Estimated total value

Value excluding VAT: £490,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight
Main site or place of performance

Please refer to the ITT documents on our procurement portal

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

two.2.4) Description of the procurement

A duplicate and fraudulent payment auditing COTS software system is in scope of this contract. HCC is not looking for an outsourced duplicate payment and audit service - this activity is to be kept in-house.

HCC is looking to contract for a period of 3 years with optional extensions of 4 x 12 month periods up to a total contract term of 7 years.

The Authority requires a COTS solution which has a product lifecycle/road map that supports this contract term and must allow HCC the option to take up additional features/improvements during the contract term.

Support and maintenance of the system is in scope of this contract.

HCC wishes to procure 15 licences initially, but there needs to be scope to increase the number of licences to at least 20 if required during the contract term.

The current number of transactions is circa 950,000 per year, but the system must have the ability to increase to 1.5M transactions per year and also have the ability to cater for double the current volume of transactions should HCC require this during the contract term.

The system must have the scope to process double the number of supplier records should HCC require this during the contract term.

HCC must have the ability to increase the number of entities where further onboarding takes place during the contract term.

The system and the HCC data held within it must be hosted in the UK or the EEA and must not be transferred or processed outside the UK or EEA.

The system must be implemented and be operational by the 30 November 2023.

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: £490,000

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

Start date

21 August 2023

End date

20 August 2026

This contract is subject to renewal

Yes

Description of renewals

The contract will have options to extend on an annual basis for a four year period after the initial three year term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-014220

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

Date

14 July 2023

Local time

2:00pm

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

14 July 2023

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom