Tender

Data Collection System Replacement

  • Regulator of Social Housing

F02: Contract notice

Notice identifier: 2021/S 000-029182

Procurement identifier (OCID): ocds-h6vhtk-02f145

Published 23 November 2021, 6:15pm



Section one: Contracting authority

one.1) Name and addresses

Regulator of Social Housing

Level 1A - City Tower, Piccadilly Plaza

Manchester

M1 4BT

Email

procurement@rsh.gov.uk

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

https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Information-technology-services./9G4E3QM662

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:

https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Information-technology-services./9G4E3QM662

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

Internet address

www.cabinetoffice.gov.uk