Tender

GYBC Environmental Health, Planning and Licensing IT System

  • Great Yarmouth Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-022645

Procurement identifier (OCID): ocds-h6vhtk-047dce

Published 22 July 2024, 11:25am



Section one: Contracting authority

one.1) Name and addresses

Great Yarmouth Borough Council

Town Hall, Hall Plain

Great Yarmouth

NR30 2QF

Contact

Procurement

Email

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).