Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Wrexham County Borough Council
Commissioning Procurement and Contract Management Unit, Lampbit Street
Wrexham
LL11 1AR
UK
E-mail: tashi.jackson@Wrexham.gov.uk
NUTS: UKL23
Internet address(es)
Main address: https://www.wrexham.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Performance, Risk, Programme and Project Management System
II.1.2) Main CPV code
72200000
II.1.3) Type of contract
Services
II.1.4) Short description
Wrexham County Borough Council require an integrated solution to support the authority’s work with Performance, Risk, Project and Programme management.
The solution will support WCBC’s corporate vision to enable staff to work in a more efficient and flexible way through the use of modern and innovative means, enabling them to manage and monitor all aspects of performance (actions, tasks, measures, risks, projects and programmes) all in one place, that enables them all to interlink strengthening our performance and Governance across the Authority.
The system will form a vital role in enabling WCBC to view the ‘golden thread’ of information and allowing the application of information in a variety of formats based on the desired audience. The Performance Management system must not only support policy requirements but also allow flexibility to suit the diverse needs of services in the Authority and how these might change over time.
The outcome of the tender process will be a single contract with one service provider. The contract will be for an initial 4 year period, with 3 annual options to extend by a further 1 year on each occasion, up to a maximum contract length of 7 years (4+1+1+1). The possible contract extensions will be subject to the Authority’s needs and the performance of the successful service provider.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79210000
II.2.3) Place of performance
NUTS code:
UKL23
II.2.4) Description of the procurement
Wrexham County Borough Council require an integrated solution to support the authority’s work with Performance, Risk, Project and Programme management.
The solution will support WCBC’s corporate vision to enable staff to work in a more efficient and flexible way through the use of modern and innovative means, enabling them to manage and monitor all aspects of performance (actions, tasks, measures, risks, projects and programmes) all in one place, that enables them all to interlink strengthening our performance and Governance across the Authority.
The system will form a vital role in enabling WCBC to view the ‘golden thread’ of information and allowing the application of information in a variety of formats based on the desired audience. The Performance Management system must not only support policy requirements but also allow flexibility to suit the diverse needs of services in the Authority and how these might change over time.
The outcome of the tender process will be a single contract with one service provider. The contract will be for an initial 4 year period, with 3 annual options to extend by a further 1 year on each occasion, up to a maximum contract length of 7 years (4+1+1+1). The possible contract extensions will be subject to the Authority’s needs and the performance of the successful service provider.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80%
Price
/ Weighting:
20%
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
The contract will be for an initial 4 year period, with 3 annual options to extend by a further 1 year on each occasion, up to a maximum contract length of 7 years (4+1+1+1)
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Quality 80% Cost 20%
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
Minimum level(s) of standards required:
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/12/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
05/12/2022
Local time: 12:30
Information about authorised persons and opening procedure:
WCBC staff members and their authorised agents only.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Information contained within the procurement documents
(WA Ref:126242)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
This tender process will incorporate a minimum 10 calendar days standstill period at the point information on the award is communicated to bidders. Appeals can be directly raised via the contact points detailed in section VI.4.1) of this contract notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5) Date of dispatch of this notice
04/11/2022