Section one: Contracting authority
one.1) Name and addresses
Reading Borough Council
Civic Offices, Bridge Street
Reading
RG1 2LU
Contact
Caroline Lloyd
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/reading/aspx/Tenders/Current
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
Case and Customer Management Solution(s) 2022
Reference number
RBC 00001237
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Reading Borough Council are completing a Restricted Procurement exercise for the provision of Case and Customer Management Solution(s) - this is a three Lot procurement run under a two stage process. Bidders will be required to tender for one lot only: Lot 1 - Casework solution – this lot covers case, document workflow and task management; Lot 2 – Customer platform – this lot covers customer transactions with the Council (report, contact, apply for services). The solution should support task / workflow management, integrating with core back office systems as required, to work towards resolution. It should also allow customers to view progress and receive communications about their query via a customer portal; Lot 3 – Joint lot covering both requirements. For full requirements, refer to the tender documentation.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £3,000,000
two.2) Description
two.2.1) Title
Case Management Solution
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
- UKJ11 - Berkshire
two.2.4) Description of the procurement
Case, document workflow and task managementF01: Prior information notice (prior information only) - Notice reference: 2021/S 000-021847 - Published 3 September 2021, 11:12am
two.2.5) Award criteria
Quality criterion - Name: Implementation / Impact / Development & Maintenance / Social Value / Requirements / Weighting: 14 / 12 / 11 / 3 /30
Cost criterion - Name: Total Cost / Value Criteria / Weighting: 25 / 5
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) Description
two.2.1) Title
Customer Management Solution
Lot No
2
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
two.2.4) Description of the procurement
Customer transactions with the Council (report, contact, apply for services). The solution should support task / workflow management, integrating with core back office systems as required, to work towards resolution. It should also allow customers to view progress and receive communications about their query via a customer portal.F01: Prior information notice (prior information only) - Notice reference: 2021/S 000-020474 - Published 20 August 2021, 1:16pm
two.2.5) Award criteria
Quality criterion - Name: Implementation / Impact / Development & Maintenance / Social Value / Requirements / Weighting: 14 / 12 / 11 / 3 /30
Cost criterion - Name: Total Cost / Value Criteria / Weighting: 25 / 5
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) Description
two.2.1) Title
Joint Lot
Lot No
3
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
two.2.4) Description of the procurement
Joint lot covering both requirements. Both PIN notice stated in Lots 1 and 2 descriptions equally apply to this lot
two.2.5) Award criteria
Quality criterion - Name: Implementation / Impact / Development & Maintenance / Social Value / Requirements / Weighting: 14 / 12 / 11 / 3 / 3
Cost criterion - Name: Total Cost / Value Criteria / Weighting: 25 / 5
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 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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-009552
Section five. Award of contract
Contract No
1
Lot No
3
Title
Case and Customer Management Solution
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 October 2022
five.2.2) Information about tenders
Number of tenders received: 20
Number of tenders received from SMEs: 12
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 20
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Arcus Global Limited
Future Business Centre, Kings Hedges Road
Cambridge
CB4 2HY
Country
United Kingdom
NUTS code
- UKH12 - Cambridgeshire CC
National registration number
06946606
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £2,035,909.93
Total value of the contract/lot: £2,035,909.93
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Value excluding VAT: £500,000
Proportion: 25 %
Short description of the part of the contract to be subcontracted
Salesforce consulting and service delivery sub-contractor
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of Justice of England and Wales
7 Rolls Buildings, Fetter Lane
London
EC4A 1NL
Telephone
+44 2079477156
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/rolls-building
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The relevant deadlines depend on the specific nature of the remedies required and are defined in Regulations 93 & 94 of the Public Contracts Regulations 2015
six.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom