Contract

TC1055 Reissued Contract Management System (CMS)

  • Manchester City Council

F03: Contract award notice

Notice identifier: 2023/S 000-008908

Procurement identifier (OCID): ocds-h6vhtk-0346ef

Published 28 March 2023, 10:15am



Section one: Contracting authority

one.1) Name and addresses

Manchester City Council

Level 3, Town Hall Extention

Manchester

M60 2LA

Contact

Ms Max Woods

Email

maxime.woods@manchester.gov.uk

Telephone

+44 1612347878

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.manchester.gov.uk

Buyer's address

http://www.manchester.gov.uk

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

www.the-chest.org.uk

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

Internet address

www.the-chest.org.uk