Section one: Contracting authority
one.1) Name and addresses
Essex County Council
County Hall, Market Road
Chelmsford
CM1 1QH
Contact
Ms Victoria Robertson
victoria.robertson@essex.gov.uk
Country
United Kingdom
Region code
UKH3 - Essex
Internet address(es)
Main address
Buyer's address
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