Section one: Contracting authority
one.1) Name and addresses
Manchester City Council
Level 3, Town Hall Extention
Manchester
M60 2LA
Contact
Ms Max Woods
maxime.woods@manchester.gov.uk
Telephone
+44 1612347878
Country
United Kingdom
Region code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
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
TC1055 Reissued Contract Management System (CMS)
Reference number
DN616983
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Manchester City Council (MCC) requires an off the shelf contract management system (CMS) to enable the effective design, procurement, and management of its contracts. The CMS is required to standardise best practice contract management across MCC and to create opportunities to improve the efficiency and effectiveness of MCC’s contracting. MCC requires the CMS to be fully hosted by the application provider on a Software as a Service basis. It must have some flexibility to be customised to MCC processes and terminology.
Currently, MCC does not have a centralised contract management system that monitors all contracted activity/spend across the Council.
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: £500,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
two.2.4) Description of the procurement
Manchester City Council (MCC) requires an off the shelf contract management system (CMS) to enable the effective design, procurement, and management of its contracts. The CMS is required to standardise best practice contract management across MCC and to create opportunities to improve the efficiency and effectiveness of MCC’s contracting. MCC requires the CMS to be fully hosted by the application provider on a Software as a Service basis. It must have some flexibility to be customised to MCC processes and terminology.
Currently, MCC does not have a centralised contract management system that monitors all contracted activity/spend across the Council.
two.2.5) Award criteria
Quality criterion - Name: quality / Weighting: 40
Quality criterion - Name: social value / Weighting: 20
Quality criterion - Name: Carbon / Weighting: 10
Price - Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
option to Extension up to 2 years + up to 2 Years + remaining period within the total 4 years extension provision should a full 2 years on either of the extensions not have been taken)
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
The Council is using the e-business portal known as the Chest. Applicants should register their details at the following link www.the-chest.org.uk. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am 15th July 2022 as referred to in IV.2.2. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation. The contract will be for 3 year(s), expected to commence 30th November 2022 with an option to Extension up to 2 years + up to 2 Years + remaining period within the total 4 years extension provision should a full 2 years on either of the extensions not have been taken)
The selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations as relevant to the subject matter of this project. The Council reserves the right not to award the contract, as a result of this Contract Notice.
The Council shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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 000-016458
Section five. Award of contract
Contract No
TC1055
Title
TC1055 Reissued Contract Management System (CMS)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 February 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
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: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Atamis Ltd
South Gate House, Wood Street
Cardiff
CF10 1EW
Country
United Kingdom
NUTS code
- UKD3 - Greater Manchester
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £500,000
Section six. Complementary information
six.3) Additional information
The Council is using the e-business portal known as the Chest. Applicants should register their details at the following link www.the-chest.org.uk. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am 15th July 2022 as referred to in IV.2.2. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation. The contract will be for 3 year(s), expected to commence 30th November 2022 with an option to Extension up to 2 years + up to 2 Years + remaining period within the total 4 years extension provision should a full 2 years on either of the extensions not have been taken)
The selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations as relevant to the subject matter of this project. The Council reserves the right not to award the contract, as a result of this Contract Notice.
The Council shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed contract/framework. All submissions must be in English. Tenders and supporting documents must be priced in pounds sterling. As per Regulation 26(4)
six.4) Procedures for review
six.4.1) Review body
Manchester City Council
Manchester
M60 2LA
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council incorporated a 10 calendar day standstill period at the point information on the award of the framework is communicated to tenderers prior to entering into the framework. If an appeal regarding the award of a framework has not been successfully resolved, the Public Contract Regulations 2015 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)
six.4.4) Service from which information about the review procedure may be obtained
Manchester City Council
Manchester
Country
United Kingdom