Tender

PP-10106 Diocese Of Chichester Academy Trust HR and Payroll

  • Diocese of Chichester Academy Trust

F02: Contract notice

Notice identifier: 2024/S 000-018778

Procurement identifier (OCID): ocds-h6vhtk-0470d8

Published 18 June 2024, 3:21pm



Section one: Contracting authority

one.1) Name and addresses

Diocese of Chichester Academy Trust

St. Catherine's College, Priory Road

Eastbourne

BN23 7BL

Contact

Irene Celis

Email

Irene.Celis@place-group.com

Telephone

+44 8452577050

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

National registration number

09201845

Internet address(es)

Main address

https://dcat.academy/

Buyer's address

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

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

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PP-10106 Diocese Of Chichester Academy Trust HR and Payroll

Reference number

PP-10106

two.1.2) Main CPV code

  • 79631000 - Personnel and payroll services

two.1.3) Type of contract

Services

two.1.4) Short description

Diocese Of Chichester Academy Trust is a multi-academy trust comprised of 25 schools in Hampshire, East Sussex, West Sussex, Bournemouth and the Isle of Wight. It is envisaged that at least two more schools will join by April 2025, with several more to join during the duration of the contract.The Trust requires the provision of a fully managed Payroll Service and a fully integrated Human Resource Information System (HRIS). The HR records and payroll are managed locally at school level and overseen by the Trust Centre team – meaning the provider will be engaging with more than 25 different contact points across the schools.A draft specification has been provided at Attachment 1. Please note that this will be edited before its final version is provided at ITT stage and will be made available to the shortlisted suppliers for ITT stage.The Contract period will be for 3 years initially with the option to extend for two further one-year periods.

two.1.5) Estimated total value

Value excluding VAT: £660,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ28 - West Sussex (North East)
  • UKJ27 - West Sussex (South West)
  • UKJ22 - East Sussex CC
  • UKJ3 - Hampshire and Isle of Wight
  • UKK24 - Bournemouth, Christchurch and Poole
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

The Trust requires the provision of a fully managed Payroll Service and a fully integrated Human Resource Information System (HRIS). The Trust are looking for a provider who is agile and competent to manage their growth with a healthy background of providing requirements to the education sector. The Trust are set across five different local authorities and have to meet the requirements of five different pension funds; therefore, it is expected for the new provider to have a breadth of understanding and experience in these areas. The Trust would like a partner who is energised to work with them and that this reflects in their day-to-day service with them.The HR records and payroll are managed locally at school level and overseen by the Trust Centre team – meaning the provider will be engaging with more than 25 different contact points across the schools.The Contract period will be for 3 years initially with the option to extend for two further one-year periods.

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: £660,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

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

As per the tendering documentation

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

Restricted 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 2024

Local time

12:00pm

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

Royal Court of Justice

Strand

London

WC2A 2LL

Country

United Kingdom