Opportunity

Supply of a Finance Management System

  • Worthing Homes Limited

F02: Contract notice

Notice reference: 2022/S 000-017435

Published 27 June 2022, 9:30am



Section one: Contracting authority

one.1) Name and addresses

Worthing Homes Limited

Davison House, North Street

Worthing

BN11 1ER

Contact

Neville Brown

Email

neville.brown@itica.com

Telephone

+44 7771810621

Country

United Kingdom

NUTS code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

www.worthing-homes.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA20962

one.3) Communication

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

https://www.mytenders.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk/

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 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

1. Supply and implementation of software covering all aspects of financial operations, including a P2P offer and Expense management

2. Provision of qualified project and technical resource to deliver the solution, including design and deployment, as well as support for data migration, testing and training

3. Support for process optimisation and supplying the required interfaces to Worthing Homes's other systems

4. Support and maintenance, including hosting of the service

5. Ongoing development of the software

two.1.5) Estimated total value

Value excluding VAT: £600,000

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
  • UKJ27 - West Sussex (South West)
Main site or place of performance

Worthing, West Sussex

two.2.4) Description of the procurement

We wish to procure a Contract for the provision of a complete solution for our finance operations. The scope includes:

1. Supply and implementation 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

2. The successful providers will provide qualified project and technical resource to deliver the solution, including design and deployment, as well as support for data migration, testing and training.

3. Implementation includes support for process optimisation and supplying the required interfaces to our other systems, for example Civica’s Cx Housing Management System and those supporting Property Development.

4. Support and maintenance will include:

o Hosting of the system (we wish to move away from an ‘on-premises’ de-livery model).

o Implementation of system upgrades, with testing and training environments

o Ensuring continuity of access to the system, including robust and secure back-up arrangements.

o Prompt resolution of system failures or any difficulties in the operation of the system that are due to the system.

o Ensuring security of the system from data loss, malware, and virus at-tacks etc.

5. Ongoing development of the software to offer new capabilities as well as maintain alignment to regulation.

two.2.5) Award criteria

Quality criterion - Name: Functional Requirements / Weighting: 25

Quality criterion - Name: Non-Functional Requirements / Weighting: 15

Quality criterion - Name: Professional Services / Weighting: 10

Quality criterion - Name: Service and Support / Weighting: 10

Quality criterion - Name: Account Management / Weighting: 5

Quality criterion - Name: Demonstrations / Weighting: 15

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £600,000

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

Up to 5 (five) annual renewals

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.2.14) Additional information

Ideally we wish to procure:

1. A ‘Commercial off the Shelf’ product

2. A solution with a single ‘look and feel’

3. A system that is easy to use

4. A system with a modern underlying ‘technical architecture’ supporting digital services

5. Web services integration capabilities

6. Integration with Microsoft’s Office365

7. Workflow capabilities to enable process development


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

Date

28 July 2022

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: 24 January 2023

four.2.7) Conditions for opening of tenders

Date

28 July 2022

Local time

12:00pm

Place

Davison House

Information about authorised persons and opening procedure

Andy Wyatt and Louise Laraway, Worthing Homes. Open electronic postbox and record details


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 myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=226638.

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:226638)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

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