Tender

IT System for Regulatory and Housing Services

  • Conwy County Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-009795

Procurement identifier (OCID): ocds-h6vhtk-030aa4

Published 12 April 2022, 4:07pm



Section one: Contracting authority

one.1) Name and addresses

Conwy County Borough Council

Bodlondeb, Bangor Road

Conwy

LL32 8DU

Contact

Sarah Martin

Email

procurement@conwy.gov.uk

Telephone

+44 1492574000

Country

United Kingdom

NUTS code

UKL13 - Conwy and Denbighshire

Internet address(es)

Main address

http://www.conwy.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0389

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.sell2wales.gov.wales

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

IT System for Regulatory and Housing Services

Reference number

MIS/R&H/04-22

two.1.2) Main CPV code

  • 72212482 - Business intelligence software development services

two.1.3) Type of contract

Services

two.1.4) Short description

Conwy County Borough Council is looking to procure an integrated IT System for the Regulatory and Housing Service.

We currently have a broad spectrum of systems in use within the department, one of these systems is out of contract at the end of December 2022.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72212170 - Compliance software development services
  • 72212331 - Project management software development services
  • 72212400 - Business transaction and personal business software development services
  • 72268000 - Software supply services
  • 48218000 - License management software package
  • 90714100 - Environmental information systems
  • 30196000 - Planning systems

two.2.3) Place of performance

NUTS codes
  • UKL13 - Conwy and Denbighshire
Main site or place of performance

Conwy

two.2.4) Description of the procurement

Conwy County Borough Council is looking to procure an integrated IT System for the Regulatory and Housing Service, which comprises of the following service areas:

-Development Management (Planning)

-Building Control

-Public Protection

-Environmental Health – which includes:

-Food Safety and Standards

-Health and Safety

-Animal Welfare Licensing

-Housing Enforcement

-Pollution

-Nuisances

-Environmental Monitoring and Control

-Trading Standards

-Licensing

-Land Charges

-Housing Improvement

-Homelessness

-Community Safety (Anti-Social Behaviour)

Regulatory and Housing Services provide a service to the public, consumers, traders, businesses, residents and the local authority. The service requires a modern, up-to-date system that allows them to work in a more efficient and flexible way through the use of modern and innovative means, enabling staff to manage and monitor all aspects of their daily tasks all in one place and to support mobile working.

We currently have a broad spectrum of systems in use within the department, one of these systems is out of contract at the end of December 2022 and as such we have a legal requirement to go out to tender for a IT System. This system has been in place for over 10 years and a number of processes have been embedded within service areas to ensure good practices, which we aim to continue and continually improve into the future.

The system must not only support legislative requirements but also allow flexibility to suit the diverse needs of the service and how these might change over time.

It is a requirement to be able to tailor the system to meet the needs of Conwy County Borough Council which will inevitably change over time. We expect to manage and monitor all aspects of workloads easily and be able to report on the information we require in different formats, tailored to our desired audience through a variety of formal reports and dashboards.

It is anticipated that the contract will be 5 years with an option to extend 1yr +1yr.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 1yr + 1yr.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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 000-001036

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

Date

20 May 2022

Local time

12:00pm

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

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 May 2022

Local time

9:00am

Place

Online


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=120375.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(WA Ref:120375)

The buyer considers that this contract is suitable for consortia.

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