Contract

Contact Centre Software Solution

  • Bournemouth Christchurch and Poole Council

F03: Contract award notice

Notice identifier: 2021/S 000-001552

Procurement identifier (OCID): ocds-h6vhtk-028d66

Published 26 January 2021, 3:03pm



Section one: Contracting authority

one.1) Name and addresses

Bournemouth Christchurch and Poole Council

Town Hall, Bourne Avenue

Bournemouth

BH2 6DY

Contact

Strategic Procurement Team

Email

procurement@bcpcouncil.gov.uk

Country

United Kingdom

NUTS code

UKK2 - Dorset and Somerset

Internet address(es)

Main address

www.bcpcouncil.gov.uk

Buyer's address

https://www.supplyingthesouthwest.org.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Contact Centre Software Solution

Reference number

DN515954

two.1.2) Main CPV code

  • 48500000 - Communication and multimedia software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

BCP Council are actively progressing on a unified Cloud Voice journey, with Microsoft Teams recently selected as the modern platform of choice.

The migration of voice/telephony services to Teams Cloud Voice is soon to be completed by the BCP Council’s Unified Comms (UC) Team, with a focus to date on delivering core business functionality to its connected workforce.

A concluding part of BCP’s UC transformation is a migration away from the existing on-premises Contact Centre platform, with Anywhere365’s ‘Dialogue Cloud’. The migration has been requested to take place across two phases, delivering end-state contact centre functionality for 200 BCP Council ‘Agents’.

The urgency of this requirement has been expedited as a result of the ongoing COVID-19 pandemic.

The supplier will supply the up-front transaction of the 3-year Anywhere365 platform costs, as well as providing technical consultancy to ensure end-end activities are fully documented. The supplier will also provide initial triage and escalation support to BCP.

The Supplier will also provide the Council with first line triage support (with escalation to Anywhere365 as appropriate) with an option to bolt-on our Technical Design Authority Service.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £422,061 / Highest offer: £703,435 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 48600000 - Database and operating software package
  • 48200000 - Networking, Internet and intranet software package
  • 48500000 - Communication and multimedia software package
  • 72220000 - Systems and technical consultancy services
  • 72266000 - Software consultancy services

two.2.3) Place of performance

NUTS codes
  • UKK2 - Dorset and Somerset

two.2.4) Description of the procurement

The Council has awarded a contract for a Contact Centre Solution for BCP Council's Customer Services Unit.

The contract starts on 27 December 2020 and ends on 26 December 2023 with the option to extend annually for a further two years. Therefore, if all extensions were taken the full length of the contract would be for five years.

two.2.5) Award criteria

Cost criterion - Name: Cost / Weighting: 100

two.2.11) Information about options

Options: Yes

Description of options

The contract starts on 27 December 2020 and ends on 26 December 2023 with the option to extend annually for a further two years. Therefore, if all extensions were taken the full length of the contract would be for five years.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • Extreme urgency brought about by events unforeseeable for the contracting authority

Explanation:

The contract has been awarded without prior publication in accordance with paragraph (2)(c) of Regulation 32 - for reasons of extreme urgency brought about by events unforeseeable by the contracting authority, the time limits for the open or restricted procedures or competitive procedures with negotiation cannot be complied with.

The urgency of this requirement has been expedited as a result of the ongoing COVID-19 pandemic. There is an urgency to respond to the impact of COVID-19 by ensuring that there is no loss of existing service provision at the Council that could have public health risks if this service provision is not available. COVID-19 was unforeseeable and the consequences of the urgent need to the change of delivering service provision could not have been predicted.

There is insufficient time to run an accelerated procurement under the open or restricted procedures or competitive procedure with negotiation.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

Contract No

DN515954

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 December 2020

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 0

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Transparity Solutions Ltd

9 Nimrod Way

Ferndown

BH21 7UH

Country

United Kingdom

NUTS code
  • UKK2 - Dorset and Somerset
National registration number

09420434

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £422,061 / Highest offer: £703,435 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Courts of Justice

The Royal Court of Justice

London

WCA 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

High Courts of Justice

The Royal Court of Justice

London

WCA 2LL

Country

United Kingdom