Contract

Performance, Risk, Programme and Project Management System

  • Wrexham County Borough Council

F03: Contract award notice

Notice identifier: 2023/S 000-008659

Procurement identifier (OCID): ocds-h6vhtk-037f03

Published 24 March 2023, 1:37pm



Section one: Contracting authority

one.1) Name and addresses

Wrexham County Borough Council

Commissioning Procurement and Contract Management Unit, Lampbit Street

Wrexham

LL11 1AR

Email

tashi.jackson@Wrexham.gov.uk

Country

United Kingdom

NUTS code

UKL23 - Flintshire and Wrexham

Internet address(es)

Main address

https://www.wrexham.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264

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

Performance, Risk, Programme and Project Management System

two.1.2) Main CPV code

  • 72200000 - Software programming and consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Wrexham County Borough Council sought bids for an integrated solution to support the authority’s work with Performance, Risk, Project and Programme management.

The solution will support WCBC’s corporate vision to enable staff to work in a more efficient and flexible way through the use of modern and innovative means, enabling them to manage and monitor all aspects of performance (actions, tasks, measures, risks, projects and programmes) all in one place, that enables them all to interlink strengthening our performance and Governance across the Authority.

The system will form a vital role in enabling WCBC to view the ‘golden thread’ of information and allowing the application of information in a variety of formats based on the desired audience. The Performance Management system will not only support policy requirements but also allow flexibility to suit the diverse needs of services in the Authority and how these might change over time.

The outcome of the tender process is a single contract with one service provider. The contract will be for an initial 4 year period, with 3 annual options to extend by a further 1 year on each occasion, up to a maximum contract length of 7 years (4+1+1+1). The possible contract extensions will be subject to the Authority’s needs and the performance of the successful service provider.

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £290,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79210000 - Accounting and auditing services

two.2.3) Place of performance

NUTS codes
  • UKL23 - Flintshire and Wrexham

two.2.4) Description of the procurement

Wrexham County Borough Council sought bids for an integrated solution to support the authority’s work with Performance, Risk, Project and Programme management.

The solution will support WCBC’s corporate vision to enable staff to work in a more efficient and flexible way through the use of modern and innovative means, enabling them to manage and monitor all aspects of performance (actions, tasks, measures, risks, projects and programmes) all in one place, that enables them all to interlink strengthening our performance and Governance across the Authority.

The system will form a vital role in enabling WCBC to view the ‘golden thread’ of information and allowing the application of information in a variety of formats based on the desired audience. The Performance Management system will not only support policy requirements but also allow flexibility to suit the diverse needs of services in the Authority and how these might change over time.

The outcome of the tender process is a single contract with one service provider. The contract will be for an initial 4 year period, with 3 annual options to extend by a further 1 year on each occasion, up to a maximum contract length of 7 years (4+1+1+1). The possible contract extensions will be subject to the Authority’s needs and the performance of the successful service provider.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80%

Price - Weighting: 20%

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

two.2.14) Additional information

Quality 80% Cost 20%


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-031168


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 March 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

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: 5

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

five.2.3) Name and address of the contractor

Polarisoft The Anywhere Company Limited

Harmsworth House, 13-15 Bouverie Street

London

EC4Y8DP

Country

United Kingdom

NUTS code
  • UKI31 - Camden and City of London
The contractor is an SME

Yes

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

Total value of the contract/lot: £290,000


Section six. Complementary information

six.3) Additional information

(WA Ref:130242)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This tender process incorporated a minimum 10 calendar days standstill period at the point information on the award was communicated to bidders.

Appeals could be directly raised via the contact points detailed in section VI.4.1) of this contract notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).