Tender

Finance Management System for David Ross Education Trust

  • The David Ross Education Trust

F02: Contract notice

Notice identifier: 2021/S 000-028965

Procurement identifier (OCID): ocds-h6vhtk-02f894

Published 19 November 2021, 5:18pm



Section one: Contracting authority

one.1) Name and addresses

The David Ross Education Trust

Thorpe Hill

Loughborough

LE11 4SQ

Contact

Joanna Bailey

Email

jbailey2@dret.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

6182612

Internet address(es)

Main address

www.dret.co.uk

Buyer's address

www.dret.co.uk

one.3) Communication

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

https://in-tendhost.co.uk/dret

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/dret

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

Finance Management System for David Ross Education Trust

Reference number

DRET_P0002

two.1.2) Main CPV code

  • 72212440 - Financial analysis and accounting software development services

two.1.3) Type of contract

Services

two.1.4) Short description

The David Ross Education Trust (the Trust) wishes to enter into a contract with a Supplier to supply, implement and support a Financial Management System (FMS), for use by the Trust and all of its current and future Academies. The Trust is seeking an agreement via competitive Tenders from suitably qualified organisations (‘Tenderers’) in response to this Invitation to Tender (ITT) for the provision of the FMSOur main objective is to appoint a single provider of a Financial Management System, delivered using a software as a service (SaaS) model for use by the Trust and its Academies. The maximum contract duration will be ten and a half (10.5) years. The initial term of the Contract shall be for a period of 3.5 years with an option of up to one 3-year extension and two further 2-year extensions, making a maximum contract duration of ten and a half (10.5) years including extensions, and in line with performance management/success in the delivery of the required outputs. For the avoidanc

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48440000 - Financial analysis and accounting software package
  • 48442000 - Financial systems software package
  • 72212442 - Financial systems software development services
  • 79412000 - Financial management consultancy services
  • 72212440 - Financial analysis and accounting software development services
  • 48441000 - Financial analysis software package
  • 72212441 - Financial analysis software development services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The David Ross Education Trust (the Trust) wishes to enter into a contract with a Supplier to supply, implement and support a Financial Management System (FMS), for use by the Trust and all of its current and future Academies. The Trust is seeking an agreement via competitive Tenders from suitably qualified organisations (‘Tenderers’) in response to this Invitation to Tender (ITT) for the provision of the FMS.Our main objective is to appoint a single provider of a Financial Management System, delivered using a software as a service (SaaS) model for use by the Trust and its Academies. The maximum contract duration will be ten and a half (10.5) years. The initial term of the Contract shall be for a period of 3.5 years with an option of up to one 3-year extension and two further 2-year extensions, making a maximum contract duration of ten and a half (10.5) years including extensions, and in line with performance management/success in the delivery of the required outputs. For the avoidance of doubt, this can be described as a 3.5 + 3 + 2 + 2 years contract.

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

18 February 2022

End date

17 August 2025

This contract is subject to renewal

Yes

Description of renewals

The maximum contract duration will be ten and a half (10.5) years. The initial term of the Contract shall be for a period of 3.5 years with an option of up to one 3-year extension and two further 2-year extensions, making a maximum contract duration of ten and a half (10.5) years including extensions, and in line with performance management/success in the delivery of the required outputs.

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

20 December 2021

Local time

5:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 December 2021

Local time

5:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit