Integrated HR, Payroll, Finance and Procurement Solution for the Northern Ireland Assembly Commission BR-040-2021

Award

Buyers

Value

£3,000,000

Classifications

  • IT services: consulting, software development, Internet and support
  • Software programming and consultancy services
  • System and support services
  • Software-related services
  • Software support services
  • Software development services
  • Software implementation services
  • Software reproduction services
  • Software configuration services
  • Software maintenance and repair services
  • Software supply services
  • Programming services of packaged software products
  • Programming services of systems and user software
  • Programming services of application software
  • Industry specific software development services
  • Financial analysis and accounting software development services

Tags

  • award
  • contract

Published

3 years ago

Description

The Northern Ireland Assembly Commission (the Assembly Commission) is seeking to procure a single contractor to provide, implement and maintain a cloud hosted SaaS integrated HR, payroll, finance and procurement solution. This is likely to be an off-the-shelf solution with minimal customisations. The procurement exercise will be conducted in accordance with the competitive negotiation procedure pursuant to Regulation 29 of the Public Contracts Regulations 2015 (as amended) (Regulations) (PCR). The Assembly Commission wishes to conduct an efficient, effective and streamlined competitive negotiation process and does not wish to engage in any unnecessary negotiations that imposes costs on all parties and causes delay. Accordingly, it is envisaged that certain limits will be placed on the extent of negotiations that will be permitted. The Assembly Commission will only accept tender bids that propose a solution model that meets the key requirements for HR, payroll and finance and is within our estimated maximum budget of £3M for the entire duration of the contract. A single solution may be proposed by a single contractor or a consortium of suppliers may come together propose a solution, but must be led by a single lead contractor. Alternatively, a series of solutions may be proposed again by one supplier or a consortiums of suppliers, but must also be led by a single lead contractor. To be clear, the Assembly Commission will only enter into one contract for this solution. The lead contractor will be responsible for any other suppliers/sub-contractors with whom they propose to work together to provide a solution for the Assembly Commission. The lead contractor will act as the single point of contact for the Assembly Commission and will hold responsibility for dealing with all contractual matters for the Assembly Commission. As the over-arching objective of the Systems Review Project is a move to having one version of the truth, prevention of duplication of data and access to information across the solution in real time, the decision was taken to appoint a sole contractor to manage, maintain and underwrite the solution configuration who will take overall responsibility for the implementation, maintenance and support of the entire configured solution so that these project objectives are achieved. Awarding multiple contracts or splitting the in-scope functions into separate contracts will not be facilitated. This contract will be awarded to one supplier for a period of 5 years. There will be five optional extension periods of up to one year each. It is the intention that the highest ranked tender submission will be awarded this contract. The Assembly Commission recognise that they are a number of solutions in the marketplace that can provide an integrated solution that will meet our needs. In order to manage expectations of potential Tenderers, the Assembly Commission are placing a cap on the overall IT solution implementation and ongoing licensing, support and maintenance costs over a ten year period of £3m.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Single Supplier Framework Agreement for SaaS Platform Client Side Advisory for Implementation and Post Implementation Period (Project Prime)

We require a Client Side Advisor (CSA) to have full access to a talent pool with experience of ERP Tier 1 systems which can be agreed and drawn down upon once the contract is awarded. We expect the advisory service provider to have direct experience with our chosen solution. The CSA will be experienced in ERP implementation with tested implementation methodology, accelerated deployment and programme phasing which will support the project team and will provide advice on the overarching programme plan and SOW being agreed with the System implementor. A blend of skills will be drawn down as and when required from the CSA's team to work alongside Energia Group's internal team. It is Energia's intention to award this contract as a single supplier framework agreement in 2 Lots: Lot 1 - Client Side Advisory for Implementation and Post Implementation Period Appointment of a system agnostic CSA who will lead the successful delivery of ERP implementation and drive value from the SI, mitigate risks normally associated with a complex ERP programme and provide expertise to the project team where required. Lot 2 - Client Side Advisory for Enhancements and Additional Modules (Optional) The EGTI2501 Enterprise Resource Planning (ERP) Platform and Associated Implementation and Support Services includes the scope to avail of procuring and implementing additional modules throughout the contract period. Should Energia proceed with procuring these additional modules, we reserve the right at our discretion, to avail or not avail of this EGTI2505 Software as a Service (SaaS) Client Side Advisory for Implementation and Post Implementation Period (Project Prime) contract for support during their implementation.

Katy Reed

Published 10 hours ago
Open

Professional Services and Development Framework

Scape Procure Scotland Limited (trading as SCAPE Scotland) is establishing a framework agreement for the provision of Professional Services and Development throughout Scotland. Experienced suppliers are invited to apply for one of 2 professional services and development lots for the provision of services within the built environment, infrastructure and development, as defined by the NUTS and CPV codes contained in this notice. SCAPE Scotland is establishing a framework agreement for the initial period of four (4) years with an option to extend by two (2) years which will run consecutively. The maximum duration is six (6) years which is a subject to the discretion of SCAPE Scotland. Applications are welcome from companies, consortium or joint ventures. Such parties must form a single legal entity prior to contract award in order to enter into contract. A maximum of 5 bidders will be invited to ITT stage. One supplier shall be appointed to each lot. This framework agreement is available for use by the public sector bodies (and their statutory successors) cited by name in Schedule 1 to the Public Contracts (Scotland) Regulations 2015 and additionally listed in the published Corrigendum to this notice and online at: https://scape-scotland.co.uk/site-information/framework-usage-eligibility. Due to character limitations, this Contract Notice will be followed by a Corrigendum to ensure the mention of all public sector bodies eligible to use the Framework.

Open

Fleet Management System

The new contract seeks to meet a number of requirements in its provision of a cloud-based fleet management system. These include: • Data Migration (if required) • Fleet asset inventory - LCV, HGVs, plant items and auxiliary equipment. • Driver details • Supplier management. • Operator Licencing information including details of operating centres. • Maintenance records. • Accident management. • Document management. • Hold scheduled maintenance requirements based on asset categories. • Report on scheduled maintenance compliance • Ability to produce a Forward Maintenance Planner, rolling 12 months. • Appointment scheduling. • Must be able to mark vehicles as off road and run reports to highlight vehicles that are off road. • Customised billing reports and closed off accounting periods. Allocation of purchase orders. • Report on asset file compliance. • Supplier must have earned recognition status. • Host fines and fixed penalty notice information Furthermore, the new contract will seek to meet the following functionality requirements: • Must be able to run custom reports for FMP / Vehicle Records, Transactions, Recharges, • Ability to develop/consume web service APIs with other software systems i.e. Telematics • Manual upload tools - (flexibility for users to import records through common templates etc. - without the requirements to involve suppliers, want as much automated as possible to reduce input where possible). • Upload tools to make multiple changes over a number of assets at the same time • Hosting SW org structure i.e. different departments and aggregates of departments i.e. business areas; directorates • Users structure - drivers and managers (linked to departments) where assets would be stored against • Access restrictions based on departments or aggregates of departments • Access restrictions based on asset types. • Ability to develop/consume web service APIs with other software systems i.e. telematics, DVSA & VVR, Smartsheet, DTM. Bidders must have DVSA Recognition status or be working toward this within timeline acceptable to SW. Please refer to Service Scope in the bidding documents, via the link, for full details.

Scottish Water

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete