Opportunity

TC 806 Planning, Land Charges Address Management & Building Control

  • Manchester City Council

F02: Contract notice

Notice reference: 2024/S 000-011758

Published 11 April 2024, 11:35am



Section one: Contracting authority

one.1) Name and addresses

Manchester City Council

Floor 5 (Mount Street Elevation),, Town Hall Extension, Albert Square

Manchester

M60 2LA

Contact

Ms Maxime Woods

Email

Maxime.woods@manchester.gov.uk

Telephone

+44 1612345235

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

http://www.manchester.gov.uk

Buyer's address

http://www.manchester.gov.uk

one.3) Communication

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

www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.the-chest.org.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

TC 806 Planning, Land Charges Address Management & Building Control

Reference number

DN708735

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) wish to procure off-the-shelf Software as a Service (SaaS) solution(s) for Planning, Building Control, Land Charges and Address Management to provide a modern, mobile, scalable solution which is configurable by the service and can grow and change dynamically as requirements change. The solutions required will meet the requirements of the two lots outlined below.

LOT 1 - Manchester City Council (MCC) wish to procure an off-the-shelf Software as a Service (SaaS) solution (specifically a vendor-hosted software solution licensed on a subscription basis) for Planning, Building Control and Land Charges, that is accessible, cost effective, flexible, futureproof, simple, scalable and secure, with a clear Development and Upgrade path.

LOT 2 - Manchester City Council (MCC) wish to procure an off-the-shelf Software as a Service (SaaS) solution (specifically a vendor-hosted software solution licensed on a subscription basis) for Address Management that is accessible, cost effective, flexible, futureproof, simple, scalable and secure, with a clear Development and Upgrade path.

We are seeking to provide a modern, off-the-shelf product currently in use by another Local Authority to enable data to be managed to meet all statutory and legal requirements.

Capabilities included are:

• maintain data quality, structure and sensitivity,

• provide a full range of APIs for standardised data integrations to other systems, run on supported technologies and compatible with all major modern browsers.

• Cloud security aligned to NCSC principles, including secure data in transit and at rest and role-based access controls, SAML compatibility to enable single sign on using modern authentication via MCC’s preferred authentication platform (currently Azure Active Directory).

• Provision of logging and auditing capabilities for user activity and security events, usable, specifically being intuitive, with an accessible design, and quick to learn for users, reliable, specifically with high availability, recoverability and business continuity, flexible and scalable to handle variations in demand.

• Supplier provision of full technology support and a service desk, plus service wrapper including assigned account manager and regular service reviews.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

LOT 1 - Planning, Land Charges and Building Control and/or

Lot No

1

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

This tender relates to case management systems for several statutory service functions, including Planning, Building Control, Local Land Charges and Address Management. This tender contains 2 lots. Manchester City Council (MCC) wish to procure off-the-shelf Software as a Service (SaaS) solution(s) for Planning, Building Control, Land Charges and Address Management to provide a modern, mobile, scalable solution which is configurable by the service and can grow and change dynamically as requirements change. The solutions required will meet the requirements of the two lots outlined below.

LOT 1 - Manchester City Council (MCC) wish to procure an off-the-shelf Software as a Service (SaaS) solution (specifically a vendor-hosted software solution licensed on a subscription basis) for Planning, Building Control and Land Charges, that is accessible, cost effective, flexible, futureproof, simple, scalable and secure, with a clear Development and Upgrade path.

LOT 2 - Manchester City Council (MCC) wish to procure an off-the-shelf Software as a Service (SaaS) solution (specifically a vendor-hosted software solution licensed on a subscription basis) for Address Management that is accessible, cost effective, flexible, futureproof, simple, scalable and secure, with a clear Development and Upgrade path.

We are seeking to provide a modern, off-the-shelf product currently in use by another Local Authority to enable data to be managed to meet all statutory and legal requirements.

Capabilities included are:

• maintain data quality, structure and sensitivity,

• provide a full range of APIs for standardised data integrations to other systems, run on supported technologies and compatible with all major modern browsers.

• Cloud security aligned to NCSC principles, including secure data in transit and at rest and role-based access controls, SAML compatibility to enable single sign on using modern authentication via MCC’s preferred authentication platform (currently Azure Active Directory).

• Provision of logging and auditing capabilities for user activity and security events, usable, specifically being intuitive, with an accessible design, and quick to learn for users, reliable, specifically with high availability, recoverability and business continuity, flexible and scalable to handle variations in demand.

• Supplier provision of full technology support and a service desk, plus service wrapper including assigned account manager and regular service reviews.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Social Value / Weighting: 20%

Quality criterion - Name: Environment / Weighting: 10%

Price - Weighting: 30%

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

The Contract period will be for 5 years with two optional extensions, the first option to extend for 2 years and then a further option to extend for a further 2 years (5+2+2 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

two.2.14) Additional information

The Council is using the e-business portal known as the Chest. Applicants will need to 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 on 13th May 2024 as referred to in IV.2.2.

two.2) Description

two.2.1) Title

Address Management System

Lot No

2

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

This tender relates to case management systems for several statutory service functions, including Planning, Building Control, Local Land Charges and Address Management. This tender contains 2 lots.

Manchester City Council (MCC) wish to procure off-the-shelf Software as a Service (SaaS) solution(s) for Planning, Building Control, Land Charges and Address Management to provide a modern, mobile, scalable solution which is configurable by the service and can grow and change dynamically as requirements change. The solutions required will meet the requirements of the two lots outlined below.

LOT 1 - Manchester City Council (MCC) wish to procure an off-the-shelf Software as a Service (SaaS) solution (specifically a vendor-hosted software solution licensed on a subscription basis) for Planning, Building Control and Land Charges, that is accessible, cost effective, flexible, futureproof, simple, scalable and secure, with a clear Development and Upgrade path.

LOT 2 - Manchester City Council (MCC) wish to procure an off-the-shelf Software as a Service (SaaS) solution (specifically a vendor-hosted software solution licensed on a subscription basis) for Address Management that is accessible, cost effective, flexible, futureproof, simple, scalable and secure, with a clear Development and Upgrade path.

We are seeking to provide a modern, off-the-shelf product currently in use by another Local Authority to enable data to be managed to meet all statutory and legal requirements.

Capabilities included are:

• maintain data quality, structure and sensitivity,

• provide a full range of APIs for standardised data integrations to other systems, run on supported technologies and compatible with all major modern browsers.

• Cloud security aligned to NCSC principles, including secure data in transit and at rest and role-based access controls, SAML compatibility to enable single sign on using modern authentication via MCC’s preferred authentication platform (currently Azure Active Directory).

• Provision of logging and auditing capabilities for user activity and security events, usable, specifically being intuitive, with an accessible design, and quick to learn for users, reliable, specifically with high availability, recoverability and business continuity, flexible and scalable to handle variations in demand.

• Supplier provision of full technology support and a service desk, plus service wrapper including assigned account manager and regular service reviews.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Social Value / Weighting: 20%

Quality criterion - Name: Environment / Weighting: 10%

Price - Weighting: 30%

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

The Contract period will be for 5 years with two optional extensions, the first option to extend for 2 years and then a further option to extend for a further 2 years (5+2+2 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

two.2.14) Additional information

The Council is using the e-business portal known as the Chest. Applicants will need to 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 on 13th May 2024 as referred to in IV.2.2.


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

Date

13 May 2024

Local time

11:00am

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

English

four.2.7) Conditions for opening of tenders

Date

13 May 2024

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am on 13th May 2024 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 period will be for 5 years with two optional extensions, the first option to extend for 2 years and then a further option to extend for a further 2 years (5+2+2 years).

The successful supplier will be required to actively participate in the economic and social regeneration of the locality of, and surroundings of, the place of delivery of the contract. Therefore, 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.

All submissions must be in English, with any clarifications or discussions conducted in English. Tenders and supporting documents must be priced in pounds sterling and all payments under the proposed contract will be made in pounds sterling.

six.4) Procedures for review

six.4.1) Review body

The High Court (England, Wales and Northern Ireland)

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers prior to entering into the contract. If an appeal regarding the award of a contract 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)