Stonewater Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Salesforce Customer Relationship Management (CRM) Solution Delivery Partner |
Notice type: | Contract Notice |
Authority: | Stonewater Limited |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Stonewater is pleased to invite interested and qualified suppliers to participate in a competitive process to deliver Salesforce’s Customer Relationship Management (CRM) solution, hereafter referred to as ‘The Tender’. The implementation of the chosen CRM solution is part of Stonewater’s journey towards achieving a number of key business objectives: •Transforming Customer Service: Enhancing the way we deliver customer service at Stonewater, ensuring a more streamlined, responsive and customer-focused experience. •Eliminating Legacy System Constraints: Addressing the limitations of our current legacy systems by implementing a modern solution that overcomes inefficiencies and operational roadblocks. •Enhancing Agility: Increasing organisational agility through a platform that supports an ecosystem of apps and flexible bolt-on features, allowing for easier adaptation to future needs and technological advancements. |
Published: | 13/01/2025 17:09 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Stonewater Limited
Suite C, Lancaster House, Enderby Road, Leicester, LE8 6EP, United Kingdom
Tel. +44 7387024336, Email: andrew.russell@stonewater.org
Main Address: https://www.stonewater.org/
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: No.
I.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-Leicester:-Software-programming-and-consultancy-services./KQ6C9EWJ3V
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Salesforce Customer Relationship Management (CRM) Solution Delivery Partner
Reference Number: 00502-CS
II.1.2) Main CPV Code:
72200000 - Software programming and consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Stonewater is pleased to invite interested and qualified suppliers to participate in a competitive process to deliver Salesforce’s Customer Relationship Management (CRM) solution, hereafter referred to as ‘The Tender’.
The implementation of the chosen CRM solution is part of Stonewater’s journey towards achieving a number of key business objectives:
•Transforming Customer Service: Enhancing the way we deliver customer service at Stonewater, ensuring a more streamlined, responsive and customer-focused experience.
•Eliminating Legacy System Constraints: Addressing the limitations of our current legacy systems by implementing a modern solution that overcomes inefficiencies and operational roadblocks.
•Enhancing Agility: Increasing organisational agility through a platform that supports an ecosystem of apps and flexible bolt-on features, allowing for easier adaptation to future needs and technological advancements.
II.1.5) Estimated total value:
Value excluding VAT: 1,200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Open Procedure: The Open Procedure is a single-stage, competitive and transparent procurement method where all interested suppliers are invited to submit their tenders. This approach ensures that every eligible supplier has the opportunity to participate and be considered for inclusion.
Process Description:
1.Invitation to Tender: All potential suppliers are invited to submit their tenders in response to this procurement notice. The invitation will detail the requirements, scope of work, and specific criteria for how each bid will be assessed and scored.
2.Submission of Tenders: Suppliers must submit their tenders by the specified deadline. Submissions should include both their written technical responses and financial proposals, addressing the key requirements of the project.
3.Evaluation:
oQualitative Evaluation: This will be assessed in two stages:
(a) Bidders will provide written responses to the questions included in Document 3 – Questions. The evaluation will assess the quality, expertise, and suitability of each supplier’s proposed approach and experience in delivering the required solution. It will also review their ability to support change management across Stonewater, as well as other aspects, such as their approach to delivering social value and sustainability initiatives.
Answers will be completed on Stonewater’s e-tendering portal, with Document 3 being used for guidance only.
(b) The three highest placed bidders, following the conclusion of the evaluation of the written responses and commercial submissions, will be invited for a final stage interview. All information, including the questions that will be posed to bidders in this section can be found in Document 5 – Supplier Interview Questions.
oQuantitative Evaluation: This will focus on the total price submitted by each bidder. Pricing will be assessed on a time and materials basis, using a pre-written submission document to ensure alignment with Stonewater’s target cost for the project and the associated budgetary constraints.
4.Appointment to Contract: It is Stonewater’s intention to appoint one supplier for the delivery of this project, based on the outcome of this tender exercise.
5.Contract Award: The successful bidder will be notified and formally appointed under contract, subject to negotiation and all checks and approvals being successfully achieved. Unsuccessful suppliers will be informed of the decision and will be provided with feedback on why they were unsuccessful.
6.Contract Management: Following appointment, the successful bidder will be expected to adhere to the terms of the contract and deliver the required services as outlined.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Responses to Written Technical Questions / Weighting: 40
Quality criterion - Name: Interviews / Weighting: 20
Cost criterion - Name: Commercial Proposal / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/KQ6C9EWJ3V
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: No
Section IV: Procedure
IV.1) Description OPEN
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
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/02/2025 Time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 12/08/2025
IV.2.7) Conditions for opening of tenders:
Date: 13/02/2025
Time: 09:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.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-Leicester:-Software-programming-and-consultancy-services./KQ6C9EWJ3V
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/KQ6C9EWJ3V
VI.4) Procedures for review
VI.4.1) Review body:
Stonewater Limited
Suite C, Lancaster House, Enderby Road, Leicester, LE8 6EP, United Kingdom
Tel. +44 7387024336, Email: andrew.russell@stonewater.org
Internet address: https://www.stonewater.org
VI.4.2) Body responsible for mediation procedures:
Stonewater Limited
Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
Tel. +44 7387024336, Email: andrew.russell@stonewater.org
Internet address: https://www.stonewater.org
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Stonewater Limited
Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
Tel. +44 7387024336, Email: andrew.russell@stonewater.org
Internet address: https://www.stonewater.org/
VI.5) Date Of Dispatch Of This Notice: 13/01/2025
Annex A