Section one: Contracting authority
one.1) Name and addresses
Leeds City Council
Civic Hall
Leeds
LS1 1UR
Contact
Digital and Information Service Strategic Sourcing Team
Telephone
+44 1133784357
Country
United Kingdom
NUTS code
UKE42 - Leeds
Internet address(es)
Main address
Buyer's address
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
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
People and Finance: Business Process and TechnologyTransformation
Reference number
DN483349
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
ALL APPLICATIONS AND CORRESPONDANCE IN RELATION TO THIS OPPORTUNITY MUST BE MADE VIA THE YORTENDER PORTAL AT www.yortender.co.uk. Communications received outside of this portal may not be responded to.
Leeds City Council seeks a Supplier that will work with them to transform the way it delivers its core People and Finance Functions of Human Resources (HR), Payroll, Finance and Procure to Pay (P2P), both within the Authority and to external partners and organisations as part of its Traded Services.
This must be achieved through the delivery of a Business Change Programme supported by the implementation of Cloud based, fully integrated, People and Finance Software as a Service (SaaS) solutions utilising a post-modern ERP technology strategy. Leeds City Council requires the flexibility to retire and/or replace any number of the various components of the Solution over the lifetime of the contract. The Authority reserves the right to make substantive and relevant changes that relate to the transformation programme, subject to and in accordance with the Public Contract Regulations 2015 (Regulation 72). This will be procured subject to the Public Contract Regulations 2015, and will be a Competitive Dialogue procedure.
Any indication of value in this notice or in the public domain is indicative only, and due to the nature of the process it is expected to be subject to change as the dialogue progresses.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 79400000 - Business and management consultancy and related services
two.2.3) Place of performance
NUTS codes
- UKE42 - Leeds
two.2.4) Description of the procurement
ALL APPLICATIONS AND CORRESPONDANCE IN RELATION TO THIS OPPORTUNITY MUST BE MADE VIA THE YORTENDER PORTAL AT www.yortender.co.uk. Communications received outside of this portal may not be responded to.
Leeds City Council seeks a Supplier that will work with them to transform the way it delivers its core People and Finance Functions of Human Resources (HR), Payroll, Finance and Procure to Pay (P2P), both within the Authority and to external partners and organisations as part of its Traded Services.
This must be achieved through the delivery of a Business Change Programme supported by the implementation of Cloud based, fully integrated, People and Finance Software as a Service (SaaS) solutions utilising a post-modern ERP technology strategy. Leeds City Council requires the flexibility to retire and/or replace any number of the various components of the Solution over the lifetime of the contract. The Authority reserves the right to make substantive and relevant changes that relate to the transformation programme, subject to and in accordance with the Public Contract Regulations 2015 (Regulation 72). This will be procured subject to the Public Contract Regulations 2015, and will be a Competitive Dialogue procedure.
Any indication of value in this notice or in the public domain is indicative only, and due to the nature of the process it is expected to be subject to change as the dialogue progresses.
The Authority is entering a period of unprecedented change. The future scale and shape of the Authority is unknown and will only emerge as the transformation journey unfolds over the coming years. What is certain is that things will be very different. In this reality it is essential that the core business processes of the Authority are as efficient and streamlined as possible and that individual managers and staff have the right tools and information at their fingertips in order to deliver the services of the Authority as effectively as possible.
The Core Business Transformation Programme is central to the Authority realising the changes it needs to make whilst ensuring its core business processes are appropriate for supporting a reshaped organisation. The programme seeks to bring about a transformation in the way Human Resources, Finance, P2P and Payroll activities are undertaken.
Whilst the Core Business Transformation Programme is predominantly a business change programme it does contain a significant technology refresh element. It is the aim of this procurement to deliver not only the technology to enable changed ways of working but also to deliver a transformed way of working that is flexible enough to support an organisation that is on a change journey that will last well beyond the initial technology implementation timeline.
It is for the above reasons that the Authority requires new systems and business processes to be operational and embedded well ahead of 2025.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
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
Subject to the outcome of dialogue with successful applicants, it is envisaged the initial phase of the programme will be delivered within a period of two years from contract award, with an additional 8 years of delivery and use of system, and the contract will then be subject to renewal on any number of occasions for any duration up to a maximum term of 120 months (10 years) in total.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
As detailed within the published documentation.
two.2.10) Information about variants
Variants will be accepted: Yes
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
Where the successful tenderer is using a company within its supply chain, or an individual consortium member, to deliver the People and Finance Software solution element of the tender the Council reserves the right to enter into a contract directly with that organisation at or around contract award; or for that element to be novated during the life of the contract (including any extensions).
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
In the procurement documents and to be developed during dialogue.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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
10 September 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 October 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Leeds City Council
Civic Hall
Leeds
LS1 1UR
Telephone
+44 1133784357
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Review procedures and process are contained within the issued tender documentation and additionally are available on request.
six.4.4) Service from which information about the review procedure may be obtained
Leeds City Council
Civic Hall
Leeds
LS1 1UR
Telephone
+44 1133784357
Country
United Kingdom