Section one: Contracting authority
one.1) Name and addresses
HTS (Property & Environment) Group Ltd
231 Baldwins Lane
Rickmansworth
WD3 3LH
Contact
Neil Rowland
neil.rowland@htsgroupltd.co.uk
Telephone
+44 7990073803
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=AA42833
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
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
Local Authority Trading Company
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Procurement of Field Services 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
Procurement of Field Services Management System to assist in the delivery of Housing and Environment services for Harlow Council.
two.1.5) Estimated total value
Value excluding VAT: £864,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKH1 - East Anglia
Main site or place of performance
Mead Park Industrial Estate, River Way, Harlow, Essex, CM20-2SE
two.2.4) Description of the procurement
HTS was established to provide Property & Environmental maintenance services to Harlow Council housing assets circa 9,583 homes, 2,700 flats and 450 operational and non-operational assets. HTS is wholly owned by Harlow Council.
HTS require Field Service Management Software to improve and modernise the business, increase productivity and drive efficiency across their portfolio.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2023
End date
31 January 2027
This contract is subject to renewal
Yes
Description of renewals
Up to 7 years in 1 year extension
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
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
19 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: 19 December 2023
four.2.7) Conditions for opening of tenders
Date
21 July 2023
Local time
12:00pm
Place
HTS offices at Mead Park
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.3) Additional information
This is a TWO STAGE process:
Stage 1: Bidders are invited to respond to the SQ and FS initially.
Stage 2: Successfully shortlisted candidates will then be invited to submit their responses to the ‘ITT document’ and to deliver a System Demonstration based upon the ‘Use Case Documents’ which have all been included at this stage for your information only
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=229626.
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.mytenders.co.uk/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.
(MT Ref:229626)
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