Tender

Provision of a Regional E-Recruitment system

  • Wigan Council

F02: Contract notice

Notice identifier: 2023/S 000-021163

Procurement identifier (OCID): ocds-h6vhtk-03e466

Published 21 July 2023, 3:17pm



Section one: Contracting authority

one.1) Name and addresses

Wigan Council

Town Hall, Library Street

Wigan

WN1 1YN

Contact

Mrs. Beverley Smith

Email

beverley.smith@wigan.gov.uk

Telephone

+44 1942827512

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.wigan.gov.uk/

Buyer's address

http://www.wigan.gov.uk/

one.3) Communication

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

https://procontract.due-north.com/Advert?advertId=d217ed56-4526-ee11-8123-005056b64545&p=e0cc5631-4690-e511-80fb-000c29c9ba21

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://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

Provision of a Regional E-Recruitment system

Reference number

DN673900

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

Expressions of Interest are sought for the replacement E-recruitment system for the Greater Manchester Collaboration.

Expressions of Interest must be made by completing a Supplier Questionnaire (SQ) via the Councils procurement portal - the Chest (https://www.the-chest.org.uk/)

We are tendering to procure replacements for the start of implementation in January 2024 with a go live of early June 2024. The current contracts with our website and ATS providers are ending in August 2024. The contract will be for a period of 4 years with an option to extend for a further 2 x 24 months.

The contract will be divided into 2 lots — 1 for a Careers and Recruitment Website (Lot 1) and the other for an Applicant Tracking System (Lot 2).

A two-stage procurement process is proposed for the tender is as follows:

Stage One will invite suppliers to express interest against a Supplier Questionnaire (SQ). A minimum of 5 (five) applicants will be shortlisted to stage two.

Stage Two will invite tenders from the shortlisted applicants.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Expressions of interest will be considered for one or both lots.

two.2) Description

two.2.1) Title

Regional E-Recruitment System - Web Site

Lot No

1

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

The Council requires a Careers and Recruitment Website provide to continue the development of the greater.jobs brand.

A collaboration made up of all ten local authorities in Greater Manchester, Greater Manchester Combined Authority, Transport for Greater Manchester and Blackpool Council own the greater.jobs website which went live in 2016, and where all our current vacancies and that of external customers are advertised. This is hosted by an external provider.

Wigan Council is acting as the procurer on behalf of the 10 Greater Manchester Authorities, Greater Manchester Combined Authority, Transport for Greater Manchester and Blackpool to appoint a Web Site provider.

The Web Service will be delivered to:

Bolton

Bury

Manchester

Oldham

Rochdale

Salford

Stockport

Tameside

Trafford

Wigan

Blackpool

Greater Manchester Combined Authority

Transport for Greater Manchester

Please see the Expression of Interest Documentation for further information on the requirement.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be for a period of 4 years with an option to extend for a further 2 x 24 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Council will also consider the option for either a lot 1 or lot 2 bidder, to apply as the lead entity, to supply both lots, via a sub-contracting / partnering relationship. If you are applying as a lead entity partnership, please state this intention on the SQ as requested and ensure that you complete paperwork for both lots.

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) Description

two.2.1) Title

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

A collaboration made up of nine local authorities in Greater Manchester, Greater Manchester Combined Authority and Transport for Greater Manchester currently use the same Applicant Tracking System (ATS) and are looking to replace this with an intuitive and user-friendly ATS system.

Wigan Council is acting as the procurer on behalf of 9 of the 10 Greater Manchester Authorities, Greater Manchester Combined Authority and Transport for Greater Manchester to appoint an ATS provider.

The ATS requirement will be delivered to:

Bolton

Bury

Oldham

Rochdale

Salford

Stockport

Tameside

Trafford

Wigan

Greater Manchester Combined Authority

Transport for Greater Manchester

Please see the Expression of Interest Documentation for further information on the requirement.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract will be for a period of 4 years with an option to extend for a further 2 x 24 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Council will also consider the option for either a lot 1 or lot 2 bidder, to apply as the lead entity, to supply both lots, via a sub-contracting / partnering relationship. If you are applying as a lead entity partnership, please state this intention on the SQ as requested and ensure that you complete paperwork for both lots.

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

21 August 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

6 September 2023

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand, Holborn

London

WC2A 2LL

Country

United Kingdom