Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Bournemouth, Christchurch and Poole Council
BCP Civic Centre
Bournemouth
BH2 6DY
UK
E-mail: procurement@bcpcouncil.gov.uk
NUTS: UKK24
Internet address(es)
Main address: www.bcpcouncil.gov.uk
Address of the buyer profile: www.supplyingthesouthwest.org.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.supplyingthesouthwest.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.supplyingthesouthwest.org.uk
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
Supply and Maintenance of an Applicant Tracking System for BCP Council
Reference number: DN644300
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
BCP Council is tendering for the Supply and Maintenance of an Applicant Tracking System (ATS) that will support the council’s talent acquisition objectives. One of our key strategic aims is to transform BCP Council into a modern, accessible and accountable council.
II.1.5) Estimated total value
Value excluding VAT:
130 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKK24
II.2.4) Description of the procurement
BCP Council is tendering for the Supply and Maintenance of an Applicant Tracking System (ATS) that will support the council’s talent acquisition objectives. One of our key strategic aims is to transform BCP Council into a modern, accessible and accountable council.
The ability to deliver key services to our communities depends upon our ability to acquire and retain the right people at the right time. We are committed to building a reputation for excellence and innovation and to recruit employees with the right skills, attitudes, behaviors and knowledge we need now and for the future. The ATS will be key in helping BCP Council to achieve this aim.
It is anticipated that the contract will be awarded as soon as possible with a view to 'go-live' on 1 September 2023 or as early as possible. The contract will be for an initial term of three years with three optional extensions (3+3+2+2). If all extensions are taken, the total length of the contract will be for 10 years.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
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:
Yes
Description of options:
It is anticipated that the contract will be awarded as soon as possible with a view to 'go-live' on 1 September 2023 or as early as possible. The contract will be for an initial term of three years with three optional extensions (3+3+2+2). If all extensions are taken, the total length of the contract will be for 10 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
09/05/2023
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
09/05/2023
Local time: 14:00
Information about authorised persons and opening procedure:
All tenders are electronically sealed and opened by the Council's Democratic Services team.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Tender submissions must be by way of completion and submission of the Standard Selection Questionnaire (in accordance with the requirements set out in the Standard Selection Questionnaire) and tender by the date and time specified in Section IV2.2). The Council reserves the right not to accept tender submissions that are received after the deadline.
Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid technical difficulties with the electronic system that may occur due to the high volumes of traffic attempting to submit applications on the same date and time.
VI.4) Procedures for review
VI.4.1) Review body
High Courts of Justice
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
VI.4.4) Service from which information about the review procedure may be obtained
High Courts of Justice
London
UK
VI.5) Date of dispatch of this notice
03/04/2023