Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dudley Metropolitan Borough Council
Council House, Priory Road
Dudley
DY1 1HF
UK
Contact person: John Bailey
E-mail: john.bailey@dudley.gov.uk
NUTS: UKG36
Internet address(es)
Main address: https://www.dudley.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/blackcountryportal/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/blackcountryportal/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
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
Public Protection Software Solution
Reference number: PHWH001
II.1.2) Main CPV code
72212218
II.1.3) Type of contract
Services
II.1.4) Short description
The Council is seeking to procure software solutions for the management of public protection/regulatory solutions to ensure residents of Dudley Borough are protected and that Council officers can carry out their work effectively and productively thus contributing to the financial sustainability of the Council, as set out in the FTSN and the Specification at Appendix 5 (Specification) and the procurement documents. . A solution which can integrate with other service area solutions and exchange required data between them. The contract term will initially be 5years, with the options to extend by 2+yrs and 2+yrs, giving a total potential contract length of 9 years.
II.1.5) Estimated total value
Value excluding VAT:
365 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72200000
II.2.3) Place of performance
NUTS code:
UKG36
Main site or place of performance:
Dudley
II.2.4) Description of the procurement
The Council is seeking to procure software solutions for the management of public protection/regulatory solutions to ensure residents of Dudley Borough are protected and that Council officers can carry out their work effectively and productively thus contributing to the financial sustainability of the Council, as set out in the FTSN and the Specification at Appendix 5 (Specification) and the procurement documents. . A solution which can integrate with other service area solutions and exchange required data between them. The contract term will initially be 5years, with the options to extend by 2+yrs and 2+yrs, giving a total potential contract length of 9 years.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Cost criterion: Appendix 6 - Pricing Schedule Public Protection System
/ Weighting: 50
II.2.6) Estimated value
Value excluding VAT:
365 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/12/2024
End:
30/11/2029
This contract is subject to renewal: Yes
Description of renewals:
Contract length is for 60 months up until 30th November 2029. Subject to satisfactory performance the contract can then be extended by a further 2 years until 30th November 2031. Again subject to satisfactory performance the contract can be extended by a further 2 years again until 30th November 2033. The contract will then be retendered.
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
https://in-tendhost.co.uk/blackcountryportal/aspx/Home
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:
As stated within the procurement documents
III.1.2) Economic and financial standing
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
III.2.2) Contract performance conditions
As stated in the procurement documents
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:
16/09/2024
Local time: 12:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/09/2024
Local time: 12:15
Place:
Electronic tender will be opened only once the tender deadline has passed.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Summer of 2033, if extensions are granted.
VI.2) Information about electronic workflows
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
The High Court Royal Court of Justice
The Strand
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
Public Procurement Review Service (PPRS)
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
As detailed within the procurement documents
VI.5) Date of dispatch of this notice
16/08/2024