UK-London: Software package and information systems.

UK-London: Software package and information systems.
Section I: Contracting Authority
I.1) Name and addresses
Clarion Housing Group, United Kingdom
https://www.clarionhg.com/about/tender-opportunities/, London, SE1 2DA, United Kingdom
Tel. +44 2083138195, Email: samantha.adeeko@clarionhg.com
Contact: Samantha Adeeko
Main Address: https://www.clarionhg.com/about/tender-opportunities/, Address of the buyer profile: https://www.clarionhg.com/about/tender-opportunities/
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./G9923U87RQ
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
Regional or local authority
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Flexible Benefits Platform
Reference Number: G9923U87RQ
II.1.2) Main CPV Code:
48000000 - Software package and information systems.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Clarion seeks an employee benefit platform that will:

•Allow employees to select flexible benefits on joining Clarion and reselect annually during an enrolment window.
•Provide an excellent customer experience by being clear and easy to navigate.
•Display a Total Reward Statement for employees.
•Accept prescribed employee data on a monthly basis and provide accurate output files in accordance with Clarion’s requirements which accurately reflect employee benefit selections.
•Provide timely, accurate and useful MI data.


Outcomes
•The service provided allows Clarion to maintain and enhance the positive reputation associated with the Additions Brand.
•Increased benefit uptake levels and scheme engagement with the Additions scheme across the Clarion staff population.
•The functionality available on the existing flexible benefit platforms is maintained or enhanced through future developments.
II.1.5) Estimated total value:
Value excluding VAT: 391,000
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: Clarion seeks an employee benefit platform that will:

•Allow employees to select flexible benefits on joining Clarion and reselect annually during an enrolment window.
•Provide an excellent customer experience by being clear and easy to navigate.
•Display a Total Reward Statement for employees.
•Accept prescribed employee data on a monthly basis and provide accurate output files in accordance with Clarion’s requirements which accurately reflect employee benefit selections.
•Provide timely, accurate and useful MI data.


Outcomes
•The service provided allows Clarion to maintain and enhance the positive reputation associated with the Additions Brand.
•Increased benefit uptake levels and scheme engagement with the Additions scheme across the Clarion staff population.
•The functionality available on the existing flexible benefit platforms is maintained or enhanced through future developments.


The flexible benefit platform will need to provide the following for employees:
•Employees can view their current benefit selections and the benefits available for them to select during enrolment windows.
•The cost to the employee of the benefits they select is accurate and clear, this should include tax and NI implications.
•The submission of their benefit choices is a simple and clear process.
•The password reset process is quick and simple.

To enable the Reward Team to answer staff queries access to the administrative side of the site will be required. The ‘back office’ functionality should also be user friendly and clear.

Functionality
The flexible benefit platform will need to allow for the following requirements:
•Allow staff to view and select the following benefits: dental insurance, health cash plan, health screening, healthcare assistance, life assurance and critical illness for employee and partner, financial coaching, financial review, will writing service, pension (both DC with various entitlements and DB), cycle to work, gym, restaurant card and travel insurance.
•Display information on all benefits, including links to documents and websites and information videos which can be hosted by the provider.
•Allow staff to access the site on mobile devices (tablet and/or mobile phone).
•Allow customisation of the site, at a minimum to reflect the Additions brand.
•Allow the award of a ‘flex pot’ of a specified amount.
•Allow Clarion to operate monthly new starter windows, an annual enrolment window and the potential for a mid year window or anytime benefit enrolment.
•Allow staff to view selected benefits depending on the event open to them.
•Allow for benefit roll over to be selected by benefit.
•Operate single sign on for links to a retail discount site and potentially Gymflex and cycle to work site.
•Ability to support ongoing promotion of Additions365 offer
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: 391,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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: Not provided


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
List and brief description of selection criteria:
As per Tender documents
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As per Tender documents
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.2.2) Contract performance conditions
As per 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: 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: 08/10/2020 Time: 12:00

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): 3

IV.2.7) Conditions for opening of tenders:
Date: 08/10/2020
Time: 12:00
Place:
6 More London Place


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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./G9923U87RQ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/G9923U87RQ
VI.4) Procedures for review
VI.4.1) Review body:
The Royal Courts of Justice
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice, London, WC2 2LL, United Kingdom
Tel. +44 2079476000, Email: samantha.adeeko@clarionhg.com
Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.4.2) Body responsible for mediation procedures:
The Royal Courts of Justice
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice, London, WC2 2LL, United Kingdom
Tel. +44 2079476000, Email: samantha.adeeko@clarionhg.com
Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
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:
The Royal Courts of Justice
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice, London, WC2 2LL, United Kingdom
Tel. +44 2079476000, Email: samantha.adeeko@clarionhg.com
Internet address: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.5) Date Of Dispatch Of This Notice: 08/09/2020

Annex A