UK-London: Software package and information systems.

UK-London: Software package and information systems.
Section I: Contracting Authority
I.1) Name and addresses
RSSB
1 South Place, London, EC2M 2RB, United Kingdom
Tel. +44 2031425351, Email: sharedITT@rssb.co.uk
Contact: Hazel Fernandes
Main Address: www.rssb.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: 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-London:-Software-package-and-information-systems./4EP2PMK27K
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./4EP2PMK27K 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
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Human Capital Management for RSSB
Reference Number: 399030145
II.1.2) Main CPV Code:
48000000 - Software package and information systems.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: RSSB intends to contract with a single Supplier to provide a cloud based Human Capital Management (HCM) system to support RSSB's ambitions for role-based competency management: talent planning and management, self-service functionality for various user types; and transition staff to the new HCM solution . The system must be intuitive, easy to navigate and easy to use. The Service Provider shall ensure it has the relevant knowledge, skill and experience to help meet the challenges involved in the HCM Project implementation. The technical solution must ensure the transition to the new solution deliver business and service change. The contract with the preferred Supplier will include HCM software, support, implementation and integration with existing technologies and for ad-hoc call-off work.
II.1.5) Estimated total value:
Value excluding VAT: 400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
48000000 - Software package and information systems.

II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: The current RSSB HR System is used to manage personnel information, helps to deliver HR transactional services and provides limited self-service functionality for employees and line managers (sickness & absence management and benefits selection). RSSB is looking to replace it with a system that fully integrates with other key Microsoft based business systems and processes (including payroll) which allow RSSB to automate the Human Resource processes, reducing manual processing for the HR team and significantly improve the employee experience.
In scope processes include, but are not limited to,:
•performance management
•probation management
•organisation design
•salary review
•talent management
•competency, training and development management
•Learning management
•Personal development planning
•Recruitment / applicant tracking
•Interview management
•Pre-onboarding and onboarding
•Joiners, movers and leavers
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: RSSB has an option to extend for up to a further 2 years in increments of twelve months further to the initial 36 month period.

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://rssb.delta-esourcing.com/respond/4EP2PMK27K


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:
Please refer to tender documents
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
Please refer to tender documents
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: Yes

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: 23/08/2019 Time: 16:00

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:
Duration in month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 23/08/2019
Time: 16:00


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 No
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.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of bidders 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://rssb.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./4EP2PMK27K

To respond to this opportunity, please click here:
https://rssb.delta-esourcing.com/respond/4EP2PMK27K
VI.4) Procedures for review
VI.4.1) Review body:
RSSB
1 South Place, London, EC2M 2RB, United Kingdom
Tel. +44 2031425351, Email: SharedITT@rssb.co.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 23/07/2019

Annex A