Section one: Contracting authority
one.1) Name and addresses
Great Yarmouth Borough Council
Town Hall, Hall Plain
Great Yarmouth
NR30 2QF
Contact
Procurement
procurement@eastsuffolk.gov.uk
Telephone
+44 1502523507
Country
United Kingdom
NUTS code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
https://www.great-yarmouth.gov.uk
Buyer's address
https://in-tendhost.co.uk/eastsuffolk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/eastsuffolk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned 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
GYBC Environmental Health, Planning and Licensing IT System
Reference number
2431-PPT-O
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Great Yarmouth Borough Council ("GYBC", "the Council", "the Authority") is looking to replace a number of legacy systems covering the following service areas with one hosted system, allowing the Council to take advantage of the advances in technology: • Environmental Health (including but not limited to food safety, health and safety, pollution control, environmental protection, private water supplies) • Licensing (including but not limited to taxis, animal welfare, scrap metal, alcohol, TENs, gambling) • Planning and Building Control (including but not limited to development control, building control, LLPG and land charges) • ASB and community safety • Assisted living (including DFG and other grants) The system must be able to deliver improved customer experience, reduce administrative burden on officers, make use of self service, include mobile working, provide performance management reports/dashboards. The system must also be accessible to the Customer Service department fo
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
two.2.3) Place of performance
NUTS codes
- UKH15 - Norwich and East Norfolk
Main site or place of performance
Great Yarmouth
two.2.4) Description of the procurement
Great Yarmouth Borough Council ("GYBC", "the Council", "the Authority") is looking to replace a number of legacy systems covering the following service areas with one hosted system, allowing the Council to take advantage of the advances in technology: • Environmental Health (including but not limited to food safety, health and safety, pollution control, environmental protection, private water supplies) • Licensing (including but not limited to taxis, animal welfare, scrap metal, alcohol, TENs, gambling) • Planning and Building Control (including but not limited to development control, building control, LLPG and land charges) • ASB and community safety • Assisted living (including DFG and other grants) The system must be able to deliver improved customer experience, reduce administrative burden on officers, make use of self service, include mobile working, provide performance management reports/dashboards. The system must also be accessible to the Customer Service department for the answering of customer queries. System Schedule will be as Follows:• Implementation Preparation – w/c 23rd September 2024• The System Go Live Start Date (staged approach) – January 2025• Complete System Live – End of December 2025
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The contract period will be for 5 years with additional optional extension of 4 years, based on a 2 plus 2 year model (5+2+2).
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Criteria as stated in the procurement documents
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: 2024/S 000-021881
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 August 2024
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
30 August 2024
Local time
5:00pm
Place
As in the tender documents.
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
Royal Courts of Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (SI No 102) provides 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).