Award

ServiceDesk Software - London and Quadrant

LONDON & QUADRANT HOUSING TRUST

This public procurement record has 1 release in its history.

Award

03 Jun 2019 at 08:06

Summary of the contracting process

The London & Quadrant Housing Trust has initiated a procurement process for a ServiceDesk Software solution, aimed at replacing its existing IT service management (ITSM) system that is no longer effective in meeting operational needs. This procurement falls under the software package and information systems category, with a total contract value of £492,000, spanning from 4 March 2019 to 3 March 2024. The procurement method used is selective, calling off from an established framework agreement, with the tender period having closed on 15 February 2019. The project is taking place in London, England, reflecting a strategic investment in modernising IT capabilities to enhance service efficiency and operational response.

This tender offers substantial growth opportunities for IT and software service providers capable of delivering scalable, secure, and flexible solutions that can be configured to meet evolving business needs. Businesses with expertise in IT service management tools, particularly those adept at creating modular, cloud-based applications, will find this procurement particularly aligned with their capabilities. The focus on automation, integration, and cost-effectiveness in the procurement requirements underscores a demand for innovative solutions that can elevate organisational efficiency within public sector operations.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

ServiceDesk Software - London and Quadrant

Notice Description

There is a requirement to replace the existing ITSM which is recognised as being obsolete, has very limited functionality & features and is not fit for purpose any longer to support the business' FMO and Modern Operations objectives. Prolonged use of the platform will lead to failure in operational capability of the IT teams involved in providing technology and digital services to the business units. The new ITSM toolset is required to address the following challenges: * Multi-instance cloud architecture with proven scalability for enterprises and state-of-the art advantages in security, reliability, and flexibility. * Consolidate to a single system for complete visibility and provide a single source of reference for IT operations & infrastructure management * Simplify and automate operations to spend more time on business strategy. * Automate manual tasks to get more out of highly skilled workers. * Extend the service model to create a shared services interface for all employee requests across the business. * Reduce maintenance and support costs for assets, technology, and services. * Improve efficiency and service response times/quality. * Maximize return on financial, time, and resource investments. * Define the ITSM process deployment Roadmap and develop a high-level implementation plan to best meet business priorities and support strategic initiatives. The ITSM toolset requested must fully support and be compliant with the ITIL processes listed below: Incident Management Request Fulfilment Service Portfolio Management Service Level Management Service Catalogue Problem Management Change Management Release Management Configuration Management Event Management Knowledge Management Self Service Portal The solution should be highly configurable and extensible, efficiently implemented, and easily upgradable, and offer: * An intuitive, interface that is easily configured to adapt to a wide variety of workflows and processes. * A single, integrated platform that can support rapid creation and deployment of codeless applications within and beyond IT. * Deployment in a modular fashion, allowing the resolution of immediate business needs and the ability to access, configure, and build new applications as our requirements evolve. * Multi-instance cloud architecture with proven scalability for enterprises and state-of-the art advantages in security, reliability, and flexibility. * Upgrades that are delivered automatically and designed to be efficient and compatible with configuration changes and applied with minimal disruption to ongoing operations. * Simple licensing that matches business IT teams' needs.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-e4d2aa7a-57d8-4c4d-b229-62e936e10af2
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/3532a0db-69af-4cdb-823d-cb1e06ec7d37
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48000000 - Software package and information systems

Notice Value(s)

Tender Value
£492,000 £100K-£500K
Lots Value
Not specified
Awards Value
£492,000 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
3 Jun 20196 years ago
Submission Deadline
15 Feb 2019Expired
Future Notice Date
Not specified
Award Date
28 Feb 20196 years ago
Contract Period
4 Mar 2019 - 3 Mar 2024 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON & QUADRANT HOUSING TRUST
Contact Name
Danny Carragher
Contact Email
dcarragher@lqgroup.org.uk
Contact Phone
0300 456 9998

Buyer Location

Locality
LONDON
Postcode
E15 4PH
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
Not specified

Local Authority
Newham
Electoral Ward
Stratford
Westminster Constituency
Stratford and Bow

Supplier Information

Number of Suppliers
1
Supplier Name

CHERWELL SOFTWARE

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-e4d2aa7a-57d8-4c4d-b229-62e936e10af2-2019-06-03T09:06:41+01:00",
    "date": "2019-06-03T09:06:41+01:00",
    "ocid": "ocds-b5fd17-e4d2aa7a-57d8-4c4d-b229-62e936e10af2",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "ServiceDesk Software",
        "title": "ServiceDesk Software - London and Quadrant",
        "description": "There is a requirement to replace the existing ITSM which is recognised as being obsolete, has very limited functionality & features and is not fit for purpose any longer to support the business' FMO and Modern Operations objectives. Prolonged use of the platform will lead to failure in operational capability of the IT teams involved in providing technology and digital services to the business units. The new ITSM toolset is required to address the following challenges: * Multi-instance cloud architecture with proven scalability for enterprises and state-of-the art advantages in security, reliability, and flexibility. * Consolidate to a single system for complete visibility and provide a single source of reference for IT operations & infrastructure management * Simplify and automate operations to spend more time on business strategy. * Automate manual tasks to get more out of highly skilled workers. * Extend the service model to create a shared services interface for all employee requests across the business. * Reduce maintenance and support costs for assets, technology, and services. * Improve efficiency and service response times/quality. * Maximize return on financial, time, and resource investments. * Define the ITSM process deployment Roadmap and develop a high-level implementation plan to best meet business priorities and support strategic initiatives. The ITSM toolset requested must fully support and be compliant with the ITIL processes listed below: Incident Management Request Fulfilment Service Portfolio Management Service Level Management Service Catalogue Problem Management Change Management Release Management Configuration Management Event Management Knowledge Management Self Service Portal The solution should be highly configurable and extensible, efficiently implemented, and easily upgradable, and offer: * An intuitive, interface that is easily configured to adapt to a wide variety of workflows and processes. * A single, integrated platform that can support rapid creation and deployment of codeless applications within and beyond IT. * Deployment in a modular fashion, allowing the resolution of immediate business needs and the ability to access, configure, and build new applications as our requirements evolve. * Multi-instance cloud architecture with proven scalability for enterprises and state-of-the art advantages in security, reliability, and flexibility. * Upgrades that are delivered automatically and designed to be efficient and compatible with configuration changes and applied with minimal disruption to ongoing operations. * Simple licensing that matches business IT teams' needs.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "48000000",
            "description": "Software package and information systems"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 492000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2019-02-15T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-03-04T00:00:00Z",
            "endDate": "2024-03-03T23:59:59Z"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/zXxx45v7",
            "name": "LONDON & QUADRANT HOUSING TRUST",
            "identifier": {
                "legalName": "LONDON & QUADRANT HOUSING TRUST",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/zXxx45v7"
            },
            "address": {
                "streetAddress": "29-35 West Ham Lane",
                "locality": "LONDON",
                "postalCode": "E154PH",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Danny Carragher",
                "email": "dcarragher@lqgroup.org.uk",
                "telephone": "0300 456 9998"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-06960741",
            "name": "Cherwell Software Limited",
            "identifier": {
                "legalName": "Cherwell Software Limited",
                "scheme": "GB-COH",
                "id": "06960741"
            },
            "address": {
                "streetAddress": "43-45 Devizes Road, Swindon, Wiltshire, SN1 4BG"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/zXxx45v7",
        "name": "LONDON & QUADRANT HOUSING TRUST"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-e4d2aa7a-57d8-4c4d-b229-62e936e10af2-1",
            "status": "active",
            "date": "2019-02-28T00:00:00Z",
            "datePublished": "2019-06-03T09:06:41+01:00",
            "value": {
                "amount": 492000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-06960741",
                    "name": "Cherwell Software Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2019-03-04T00:00:00Z",
                "endDate": "2024-03-03T23:59:59Z"
            },
            "description": "PS295,000 over an initial 3 year term, potentially PS492,000 over a possible 5 year term.",
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/3532a0db-69af-4cdb-823d-cb1e06ec7d37",
                    "datePublished": "2019-06-03T09:06:41+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}