Section one: Contracting authority
one.1) Name and addresses
Regulator of Social Housing
Level 1A - City Tower, Piccadilly Plaza
Manchester
M1 4BT
Telephone
+44 1615282624
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/regulator-of-social-housing
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 to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Data Collection System Replacement
two.1.2) Main CPV code
- 72222300 - Information technology services
two.1.3) Type of contract
Services
two.1.4) Short description
The Regulator of Social Housing (RSH) seeks to appoint a contractor to provide a data collection system to improve and replace its current NROSH+ application. The contractor will be required to develop, test, deploy, host, support and maintain the replacement data collection system.
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48100000 - Industry specific software package
- 48333000 - Contact management software package
- 48482000 - Business intelligence software package
- 48611000 - Database software package
- 72000000 - IT services: consulting, software development, Internet and support
- 72200000 - Software programming and consultancy services
- 72212610 - Database software development services
- 72261000 - Software support services
- 72262000 - Software development services
- 72266000 - Software consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
RSH seeks to appoint a contractor to provide a data collection system to improve and replace its current NROSH+ application. The contractor will be required to develop, test, deploy, host, support and maintain the replacement data collection system, which will be used by the organisation to meet its existing and potential future data requirements, allowing RSH to fulfil its role as a regulatory body in the most effective manner. The value of the procurement is based on the maximum term of the system development and support contract, being 8 years in total.
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: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The contract is for an initial 5 year term, with the possibility of three extensions of 1 year each, up to a maximum term of 8 years in total. Each 1 year extension is at RSH’s discretion, and is likely to be based on the contractor’s performance at or above the anticipated levels and an ongoing demonstration that value for money is being achieved.
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
There are specific requirements relating to data protection; ISO27001; Cyber Essentials and similar which are a requirement of service delivery. Please review procurement documentation for further information and to check eligibility to participate.
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
Contract performance conditions are set out in a suite of SLAs which are to be bound into the overarching contract. It is anticipated that the contract will be accepted without amend (with exception of minor amends which may be agreed through the clarification process during procurement). Full detail is set out in the procurement documentation.
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-027096
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 December 2021
Local time
1:00pm
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: 6 (from the date stated for receipt of tender)
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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9G4E3QM662
GO Reference: GO-20211123-PRO-19280180
six.4) Procedures for review
six.4.1) Review body
Regulator of Social Housing
Level 1A - City Tower, Piccadilly Plaza
Manchester
M1 4BT
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/regulator-of-social-housing
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date following the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the "Award Decision Notice" at the start of the standstill period including details of their submission in relation to the winning submission comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Telephone
+44 2072761234
Country
United Kingdom