Connect to Work Programme - CRM Software as a Service

Complete

Value

£500,000

Classifications

  • Software package and information systems

Tags

  • tender

Submission Deadline

4 months ago

Published

5 months ago

Description

The Department for Work and Pensions (DWP) is launching Connect to Work programme (formerly known as Universal Support), an employment programme aimed at assisting disabled individuals and unemployed people with complex needs in securing employment. 
 
Central London Forward (CLF), hosted by the City of London Corporation, has been appointed as the accountable body for the Connect to Work programme in central London. 

CLF is a strategic sub-regional partnership encompassing the local authorities of: Camden Council, City of London Corporation, Hackney Council, Haringey Council, Islington Council, Royal Borough of Kensington and Chelsea, Lambeth Council, Lewisham Council, Southwark Council, Tower Hamlets Council, Wandsworth Council, Westminster City Council. 
 
To effectively manage contract delivery in line with DWP requirements, there is a need for a Customer Relationship Management (CRM) System Software as a Service (SaaS) to be shared with all delivery partners. The system must capture the end-to-end customer journey and meet all Management Information (MI) requirements as outlined in the Grant Guidance. 
 
The duration of the agreement is 5 years only.

Additional information: 
Please note that this procurement process is being undertaken using the electronic tendering system https://cityoflondon.ukp.app.jaggaer.com.

Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below.

The estimated total value of the contract is stated in this notice and is exclusive of VAT and for the entire duration, including all potential future needs as described within the tender documents.

The procurement is being run as a one stage process under the open procedure and therefore, if your organisation would like to participate in this tender exercise, it can do so by completing and returning the Qualification Envelope and the Invitation To Tender (ITT) questionnaire which can be found on the City's e-procurement portal at: https://cityoflondon.ukp.app.jaggaer.com with the Reference number: prj_12 or itt_9.

Organisations must submit their completed Qualification Envelope and Invitation to Tender (ITT) questionnaire together with any supporting documents, via the system by the return deadline in order to participate and registration is free. Qualification Envelopes and Invitation to Tender (ITT) questionnaires cannot be uploaded after the return deadline.

The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Qualification Envelopes and Invitation to Tender (ITT) questionnaires.

The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result.

Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.

The procurement process that will apply to the requirement is specified in the procurement documents accordingly.

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

Space Technology Solutions

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Katy Reed

Published 13 hours ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete