UK-Preston: IT services: consulting, software development, Internet and support.

UK-Preston: IT services: consulting, software development, Internet and support.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Places for People Group Limited
4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
Tel. +44 1772897200, Email: Neil.jones@placesforpeople.co.uk
Contact: Neil Jones
Main Address: http://www.placesforpeople.co.uk
NUTS Code: UK

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Housing and community amenities

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Project Synergy Phase 2 CRM and Scheduling
Reference number: Not Provided

II.1.2) Main CPV code:
72000000 - IT services: consulting, software development, Internet and support.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: : Places for People are seeking to appoint a sole supplier of software license services that can deliver both Customer Relationship Management and Job Scheduling licenses. The successful vendor will be able to meet the requirements laid out in the functional and non-functional requirements which accompany this tender.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 21,000,000

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
48445000 - Customer Relation Management software package.
48330000 - Scheduling and productivity software package.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: .Places for People are currently undertaking a business transformation project entitled Project Synergy, which was commissioned to review all our property management business processes and applications with the intention to propose a simplified operating landscape to be supported by an enabling integrated property management solution.

Places for People has a number of distinct property management companies, covering all tenures and providing property management and landlord services within the Group. Each of these businesses have their own identity, business processes, operating models and property management applications.

Project Synergy’s Objectives are:

•To enhance the customer, staff and client experience
•To increase the operational efficiency of each Property Management company, and ultimately the Group
•To support our growth agenda and ambition to be the market leader

For the first phase of Project Synergy, Places for People conducted an OJEU compliant competitive dialogue procedure to do a deep dive into the software market to determine the best technical solutions to meet the needs of the group. From this first phase we have identified Civica and their CX platform as the basis for our requirements in terms of a Housing Management and Service Charges systems. The Group has also concluded the procurement of a middleware provider called Dell Boomi, to facilitate the integration between all the selected software products.

This second phase of procurement is seeking to appoint a software license provider for Customer Relations Management and Job Scheduling. For this contract Places for People are seeking to appoint a sole supplier of software license services that can deliver both CRM and Job Scheduling licenses and the successful vendor will be able to meet our requirements laid out in the functional and non-functional requirements. We will then select a design and implementation partner to work collaboratively with Places for People and with Civica to build a solution that delivers the objectives of the project.

Documents related to the previous procurement can be found here in the link below, but are for context and information only https://www.dropbox.com/sh/tyx5il170y3q9h6/AABB5-VBRW7-Gj7VmP1-UJpna?dl=0

II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70%

Cost criterion - Name: Pricing / Weighting: 30%


II.2.11) Information about options
Options: No


II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Open


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No


IV.1.6) Information about electronic auction
An electronic auction has been used: No

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 184-448486



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 22/10/2019

V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 1

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
SALESFORCE UK LIMITED, 05094083
Village 9, 110 Bishopgate, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 21,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: https://www.delta-esourcing.com/respond/58BXVS2TC5
To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=485852630

VI.4) Procedures for review

VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom

VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Crown Commercial Service
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom

VI.5) Date of dispatch of this notice: 11/05/2020