UK-LONDON: Time accounting or human resources software package.
UK-LONDON: Time accounting or human resources software package.
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Trinity House
TRINITY HOUSE, Harwich, LONDON, EC3N 4DH, United Kingdom
Tel. +44 1255245000, Email: etender@trinityhouse.co.uk
Contact: Procurement
Main Address: www.trinityhouse.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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Other activity: Maritime Navigation
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Core HR System
Reference number: CM13
II.1.2) Main CPV code:
48450000 - Time accounting or human resources software package.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Provision of a core HR system
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,066,323.21
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Provision of a core HR system (implementation and licensing)
II.2.5) Award criteria:
Quality criterion - Name: Quality of technical proposal. Methodology to carry out requirement including timed implementation plan. / Weighting: 15
Quality criterion - Name: Capability of proposed system, to deliver against the MoSCoW requirements list: Delivery against “Must” criteria within Annex 2 / Weighting: 17
Quality criterion - Name: Capability of proposed system, to deliver against the MoSCoW requirements list: Delivery against “Should” criteria within Annex 2 / Weighting: 6
Quality criterion - Name: Capability of proposed system, to deliver against the MoSCoW requirements list: Delivery against “Could" criteria within Annex 2 / Weighting: 2
Quality criterion - Name: Quality and availability of support and maintenance services and how this will be delivered though the lifetime of the contract, including acceptance of TH or suitability of proposed KPIs / Weighting: 15
Quality criterion - Name: Demonstrate existing or planned activities undertaken by your organisation to identify and mitigate cyber security risks within the supply chain relating to this contract. / Weighting: 10
Cost criterion - Name: Transparent and competitive pricing against all criteria / Weighting: 30
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2024/S 000-028106
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: CM13
Lot Number: Not Provided
Title: Core HR system
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/10/2024
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
IRIS Software Limited, 03196054
470 London Rd, Slough, SL3 8QY, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,260,000
Total value of the contract/lot: 1,066,323.21
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://trinityhouse.delta-esourcing.com/delta/viewNotice.html?noticeId=951347673
VI.4) Procedures for review
VI.4.1) Review body
Trinity House
TRINITY HOUSE, LONDON, EC3N 4DH, United Kingdom
Tel. +44 2074816915
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/05/2025