Tender

CO0591 Enterprise Service Management Solution

  • Essex County Council

F02: Contract notice

Notice identifier: 2025/S 000-005927

Procurement identifier (OCID): ocds-h6vhtk-04e43d

Published 19 February 2025, 3:47pm



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Ms Victoria Robertson

Email

victoria.robertson@essex.gov.uk

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://www.essex.gov.uk/

Buyer's address

https://www.essex.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

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

CO0591 Enterprise Service Management Solution

Reference number

DN760385

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority is seeking to procure a commercial off the shelf Enterprise Service

Management Solution.

two.1.5) Estimated total value

Value excluding VAT: £1,725,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

The Authority is seeking to procure a commercial off the shelf Enterprise Service

Management Solution. The Technical Requirement Document and Specification have been

based on a review of the existing solution as well as, high-level and detailed requirements captured in workshops and meetings with internal business representatives and IT subject

matter experts.

The purpose of this requirement is to ensure that the Authority is supported by the best

technology in its day to day operations. The Solution must be intuitive and easy for both

service providers and self-service users whilst enabling efficiencies and improvements

through automation and integration.

The Authority requires a customer-focused and commercially aware service management

approach which will enhance the overall experience for all employees, enabling them to

realise business outcomes with fewer IT-related or service limitations.

The ESM Solution will have a rolling contract term with a minimum 5-year period, with the option to terminate the contract following a 2-year notice period. The earliest the 2-year notice period can be implemented is from year 3 and at any point after this time period. The 2-year notice period allows for procurement and implementation of a new Solution.

Estimated value is for definitive term of 5 years.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 55

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

12 August 2025

End date

11 August 2030

This contract is subject to renewal

Yes

Description of renewals

This is a rolling contract term with contract break points as detailed within the tender

documentation. Please note that the minimum contract term is 5 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

21 March 2025

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Council considers that this contract may be suitable for economic operators that are

Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based

solely on the criteria set out for the procurement.

The estimated total value set out under II.1.5 of this contract notice is the total estimated

contract value for the minimum 5 year term.

For this tender the Authority will be using the ProContract (aka Due North) eSourcing portal

https://procontract.due-north.com throughout the procurement process, and all

communications with Essex County Council relating to this procurement exercise must be

via the portal's messaging system.

Supplier registration on the portal is free of charge and can be done via:

https://procontract.due-north.com/

The reference and title of this procurement in ProContract is DN760385 CO0591

Enterprise Service Management.

It is recommended that any bidder not already registered on the ProContract eSourcing

portal, register at the earliest opportunity. The Council reserves the right to amend

timescales for any reason and change the evaluation criteria where necessary for example if

there are genuine omissions or mistakes. We also reserve the right to cancel the

procurement exercise and/or not to award all or part of a contract. The Council will not be

responsible for any costs incurred by bidders in relation to this procurement exercise.

Essex County Council is subject to the Freedom of Information Act 2000 (FOIA) and the

Environmental Information Regulations 2004 (EIR). If a bidder considers that any of this

information supplied as part of this procurement exercise should not be disclosed because

of its commercial sensitivity, confidentiality or otherwise, it must, when providing this

information, identify clearly the specific information it does not wish to be disclosed and

specify clearly the reasons for its sensitivity. Essex County Council shall take such

statements into consideration in the event that it receives a request pursuant to FOIA and

EIR which relations to the information provided by a supplier. However, if the information is

requested, Essex County Council may be obliged under FOIA and/or EIR to disclose such

information, irrespective of the suppliers wishes. Please note that it is not sufficient to

include a statement of confidentiality encompassing all the information provided in the

response.

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom