RM1042 - Software Solutions
Prior information notice
Services
Section I: Contracting authority
The Minister for the Cabinet Office acting through Government Procurement Service
Rosebery Court, St Andrews Business Court
NR7 0HS Norwich
UNITED KINGDOM
Telephone: +44 3450103503
E-mail: ,
Internet address(es):
General address of the contracting authority: http://gps.cabinetoffice.gov.uk
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Section II.B: Object of the contract (Supplies or services)
Primarily in the UK with some limited requirements overseas, including but not limited to UK MoD bases located overseas.
NUTS code UK
This PIN is one of three notices, which together aim to address commodity hardware and software requirements within Government:
1. A commercial solution for the provision of basic, low value, standard, high volume transactions (also referred to as "Transactional IT Procurement Solution” (TIPS))
2. A complementary solution to address more complex or higher value requirements, enabling Government to compete aggregated volume purchases across the industry (also referred to as "IT Products, Associated Services and Solutions” (IT PASS))
3. A solution specifically designed to meet common software requirements through specialist providers (also referred to as "Software Solutions”)
This notice aims to address the commercial requirements of Software Solutions. More specifically, GPS, in collaboration with Pro5, intends to procure a framework for the provision of specialist software and related services.
Suppliers will be required to provide solutions based on common types of software, such as Enterprise Resource Planning (ERP), Finance / Accounting, Human Resources (HR), Customer Relationship Management (CRM), Electronic Documents and Records Management (EDRM) and Data Management and Reporting.
This procurement is not intended for the supply of standalone software products without related services, nor is it intended to deal with solutions relevant only to a sub-set of public sector organisations such as revenues and benefits systems. These requirements are the focus of a separate GPS procurement.
This procurement is intended to be accessed by all UK Public Sector bodies, including, but not limited to, Central Government Departments and their Agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Colleges of Further Education and Higher Education, Academies, Schools and Charitable organisations.
An indicative lot structure for this procurement is provided in Annex B for reference; it is subject to change and only provided in draft form to list requirements in more detail. GPS wishes to carry out extensive market engagement to test assumptions behind this lot structure and shape the optimal structure to achieve the commercial aims of this procurement.
Details of market engagement activities are provided in section II.7.
Estimated cost excluding VAT:
Range: between 100 000 000 and 500 000 000 GBP
Lots
This contract is divided into lots: yes48000000, 30200000, 32425000, 48624000, 72000000, 72253100, 72254000, 72260000, 72265000, 72267000, 72511000, 80532000
GPS does not guarantee that a call for competition will definitely take place as a result of this Prior Information Notice.
Market Engagement:
In preparation for this procurement, GPS will engage with suppliers to establish the most appropriate commercial models and contracting terms to deliver best value.
RFI:
In order to do this, market engagement and consultation will take place both via a Request for Information (RFI) document and supplier workshops.
To access the Request for Information (RFI) document, you will need to express an interest in the procurement.
To participate in the RFI, please register as a supplier using our e-Sourcing suite which will manage the market engagement. Further registration details for the eSourcing can be seen below.
Once you have registered on the eSourcing Suite, you can request access to the RFI by emailing and quoting ‘Software Solutions RFI' in the title of the email. Your email must clearly state:
- The name of the registered supplier;- The name and contact details for the registered individual sending the email.
GPS will process the email and provide a link that will enable access to the RFI and further communications via the e-Sourcing Suite. The registered user will receive a notification email to alert them that this link has been provided. If you have any questions regarding this process, please contact the GPS helpdesk on the number +44 3454102222.
All RFI responses for this procurement must be received no later than 5pm on Friday 20.12.2013. Any information received in the RFI responses may form the discussion at the Supplier Workshops. Suppliers can provide input and insight into any area of the RFI where they feel that they can provide market knowledge to help shape the future procurement.
Supplier Workshops:
In conjunction with the RFI, GPS and Pro5 will be holding a number of Supplier Workshops to discuss this procurement. These workshops will be held week commencing Monday 6th January 2014. Details and registration can be found on the GPS website at: http://gps.cabinetoffice.gov.uk/. At the time of registration you will be able to provide a nominated single point of contact for attendance at these workshops. Please register your interest (see website for email address) for these workshops by 17:00 pm on Wednesday 18.12.2013.
Once the Supplier Workshops have been completed, any registered user of the eSourcing suite who has expressed an interest in the procurement, can provide additional, supplementary information via the eSourcing Suite email messaging service until 17:00 pm on Thursday 9.1.2014 for it to be considered as part of the market engagement. This messaging service will facilitate all messages sent to you and from you in relation to this specific procurement. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.eSourcing Suite Registration Details:
If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS eSourcing'.
Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at:http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender
By registering for the eSourcing Suite in this way, you will then be in a position to express an interest in any future procurements run by GPS.Additionally, as a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on the use of the e-Sourcing Suite please contact the GPS Helpdesk: Freephone: +44 3450103503 or email:
Information about lots
Title attributed to the contract by the contracting authority: Lot No: 5 Lot title: Electronic Document and Records Management (EDRM) Systems- Document Management
- Records Management
- Case Management
- Workflow Management and Solutions
The provision of services within this lot shall include but are not limited to:
- Requirements analysis
- Development and customisation of the solution
- Implementation and integration of the solution
- Data migration and management
- Support and maintenance
72263000, 48311000, 72000000, 48328000, 72212600, 72212313, 72212311, 72212000, 72268000, 72224100, 72250000, 72211000, 72212318, 48329000, 72512000, 72263000, 72200000, 72212300, 48311100, 72265000, 72210000, 80533000, 72261000, 48318000, 72212100, 72212200, 72212900
- Business Intelligence and Reporting Systems
- Data Warehouse and Data Management Systems
- Data Manipulation, Quality and Integration Tools
The services available within this lot shall include but are not limited to the provision of:
- Requirements analysis
- Development and customisation of the solution
- Implementation and integration of the solution
- Data migration and management
- Support and maintenance
72263000, 72317000, 72321000, 72316000, 48825000, 72319000, 72315200, 72315000, 72315100, 72318000, 72313000, 48612000, 72330000, 72320000, 72314000, 72322000, 48823000, 48610000, 80533000
- Finance and payroll requirements
- Planning and budgeting solutions
- Pricing systems
- Licensing and accounting systems
- Payment systems
- Analysis and reporting
Services within this lot shall include but are not limited to the provision of:
- Requirements analysis
- Development and customisation of the solution
- Implementation and integration of the solution
- Data migration and management
- Support and maintenance
72263000, 72820000, 72268000, 48812000, 72224100, 48000000, 72260000, 72261000, 72200000, 72000000, 80533000, 72265000, 72250000, 72212440, 72263000, 48440000
- Sales and Marketing
- Customer Service
- Incident Management
- Communication
- Records Management
Services within this lot shall include but are not limited to the provision of:
- Requirements analysis
- Development and customisation of the solution
- Implementation and integration of the solution
- Data migration and management
- Support and maintenance
72263000, 72224100, 80533000, 72200000, 72212450, 72265000, 72261000, 72268000, 48481000, 72250000, 72000000, 72820000, 48445000, 72263000
- Finance Management / Accounting Systems
- Payroll
- Human Resources (HR) Systems
- Customer Relationship Management (CRM)
- Project Management
Services within this lot shall include but are not limited to the provision of:
- Requirements analysis
- Development and customisation of the solution
- Implementation and integration of the solution
- Data migration and management
- Support and maintenance
72263000, 48330000, 72212500, 72265000, 72210000, 72224100, 72212200, 72212100, 72212000, 72250000, 48300000, 72263000, 72212450, 72200000, 48440000, 72212440, 72261000, 72820000, 72212600, 48481000, 72268000, 72212400, 72260000, 48600000, 72212900, 72212330, 48800000, 48812000, 72211000, 48450000, 72212300, 48445000, 48900000, 48400000, 80533000, 72000000
- Performance management
- Absence management
- Resource management
Services within this lot shall include but are not limited to the provision of:
- Requirements analysis
- Development and customisation of the solution
- Implementation and integration of the solution
- Data migration and management
- Support and maintenance
72263000, 72212450, 72200000, 72261000, 72268000, 72250000, 72265000, 72263000, 80533000, 72820000, 72224100, 72000000, 48450000
Section III: Legal, economic, financial and technical information
Section VI: Complementary information
Tax legislation http://www.hmrc.gov.uk/thelibrary/legislation.htm
Environmental protection legislation http://www.legislation.gov.uk/ukpga/1990/43/contents
Employment protection and working conditions http://www.direct.gov.uk/en/Employment/Employees/index.htm