Tender

AHG_000586 - Contact Centre Technology (CS69)

  • Anchor Hanover Group

F02: Contract notice

Notice identifier: 2023/S 000-023067

Procurement identifier (OCID): ocds-h6vhtk-03ede0

Published 8 August 2023, 1:06pm



Section one: Contracting authority

one.1) Name and addresses

Anchor Hanover Group

Bradford

BD1 2ST

Contact

Alex Holdsworth

Email

procurement@anchor.org.uk

Country

United Kingdom

NUTS code

UKE41 - Bradford

Internet address(es)

Main address

https://anchorhanover.wax-live.com/S2C/DisplayModules/TradeModules/Negotiations/Opportunities/ViewEvent.aspx?EventID=1301

one.3) Communication

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

https://anchorhanover.wax-live.com/S2C/DisplayModules/TradeModules/Negotiations/Opportunities/ViewEvent.aspx?EventID=1301

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://anchorhanover.wax-live.com/S2C/DisplayModules/TradeModules/Negotiations/Opportunities/ViewEvent.aspx?EventID=1301

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://anchorhanover.wax-live.com/S2C/DisplayModules/TradeModules/Negotiations/Opportunities/ViewEvent.aspx?EventID=1301

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

AHG_000586 - Contact Centre Technology (CS69)

two.1.2) Main CPV code

  • 64215000 - IP telephone services

two.1.3) Type of contract

Services

two.1.4) Short description

We need an organisation to implement, manage and support a modern contact centre technology platform to support our customer service strategy.

Alongside the traditional features of contact centre technology we?re also looking for products that offer other wider capabilities such as:

? Connecting different channels like messaging, video, and social media

? Delivering self-service solutions through chatbots and virtual agents

? Analysing conversations to provide useful insights

two.1.5) Estimated total value

Value excluding VAT: £1

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE41 - Bradford

two.2.4) Description of the procurement

The current contact centre technology (Cisco Call Manager) was implemented in 2013 as part of a wider Voice and Data project. It is a Cisco product that is fully hosted and managed by a third party. The solution no longer meets Anchor?s business needs and is no longer aligned with Anchor?s technology strategy.

Additionally, in response to the pandemic a cloud telephony solution, Ring Central, was quickly implemented to support homeworking.

This project seeks to procure and implement a new solution to reduce the number of telephony platforms within Anchor, that will be able to support the future organisational needs of Anchor, with the housing business being a priority and allow Anchor to maximise its investments in technology through a platform that will seamlessly integrate with other telephony and customer focussed applications.

Anchor?s current inbound/outbound communication methods are independent of each other, with no single overall view of customer interaction. A new modern platform will give this capability, with the ability to expand and add other methods of communication through the omni-channel functionality as Anchor enhances its customer service offering.

Anchor will also be embarking on a project to address the overall telephony platform moving to Microsoft Teams and expect the successful supplier to be in a position to support the new platform in due course - please note that it isn?t part of this procurement.

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: £1

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

Start date

8 August 2023

This contract is subject to renewal

Yes

Description of renewals

3 year initial period with 1+1 year extension available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

We are open to more than one proposal per bid if different technology platforms are available.

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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: No

four.2) Administrative information

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

Date

29 September 2023

Local time

11:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

8 August 2023

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The SQ & ITT will run concurrently so bidders will have to complete both stages at the same time.

Anchor will score all SQ responses and invite a maximum number of suppliers to ITT stage.

Anchor will only score the ITT of those suppliers who are invited from the SQ.

There will be a presentation/interview as part of the process.

The SQ can be accessed here: https://anchorhanover.wax-live.com/S2C/DisplayModules/TradeModules/Negotiations/Opportunities/ViewEvent.aspx?EventID=1301

The ITT can be accessed here: https://anchorhanover.wax-live.com/S2C/DisplayModules/TradeModules/Negotiations/Opportunities/ViewEvent.aspx?EventID=1302

six.4) Procedures for review

six.4.1) Review body

Leeds Combined Court Centre

1 Oxford Row

Leeds

LS1 3BG

Country

United Kingdom