Opportunity

Framework Agreement For Data and Business Intelligence Support

  • East Renfrewshire Council

F02: Contract notice

Notice reference: 2021/S 000-029791

Published 1 December 2021, 12:14pm



Section one: Contracting authority

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Email

vanessa.fordyce@eastrenfrewshire.gov.uk

Telephone

+44 1415773669

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.eastrenfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.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

Framework Agreement For Data and Business Intelligence Support

Reference number

ERC000005

two.1.2) Main CPV code

  • 72212482 - Business intelligence software development services

two.1.3) Type of contract

Services

two.1.4) Short description

East Renfrewshire Council is inviting a sole supplier to a framework agreement for data and business intelligence support. The aim of the framework agreement is to help East Renfrewshire Council meet its vision of being a modern, ambitious council creating a fairer future with all. The successful supplier will work closely with the Council’s Data & Business Intelligence Team to improve service performance and improve customer outcomes by providing data solutions and advice.

two.1.5) Estimated total value

Value excluding VAT: £510,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48610000 - Database systems
  • 48600000 - Database and operating software package
  • 48612000 - Database-management system
  • 72212600 - Database and operating software development services
  • 72212610 - Database software development services
  • 72300000 - Data services
  • 72320000 - Database services
  • 72321000 - Added-value database services
  • 72322000 - Data management services
  • 48482000 - Business intelligence software package
  • 72212482 - Business intelligence software development services
  • 72212480 - Sales, marketing and business intelligence software development services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

East Renfrewshire Council

two.2.4) Description of the procurement

East Renfrewshire Council is inviting a sole supplier to a framework agreement for data and business intelligence support. The aim of the framework agreement is to help East Renfrewshire Council meet its vision of being a modern, ambitious council creating a fairer future with all. The successful supplier will work closely with the Council’s Data & Business Intelligence Team to improve service performance and improve customer outcomes by providing data solutions and advice.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Dedicated Resource / Weighting: 20

Quality criterion - Name: Corporate Performance Management Project / Weighting: 20

Quality criterion - Name: Knowledge & Skill Transfer / Weighting: 15

Quality criterion - Name: Contract Register / Weighting: 5

Quality criterion - Name: Continuous Improvement / Weighting: 7

Quality criterion - Name: Training & Business Intelligence Development / Weighting: 5

Quality criterion - Name: Emerging Technology / Weighting: 8

Quality criterion - Name: Continuous Professional Development / Weighting: 5

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £510,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract is for a period of 24 months with 2 x 12 months extensions available at the discretion of the Council.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The guaranteed budget for the initial two year period of this contract is GBP76,000.

The annual budget for in optional Years 3 and 4, which will be at the discretion of ERC to take up or not, is estimated at around GBP16,000 in each of those years.

Should additional funding become available and should there be demand for work from Specification Part 3, the Council reserves the right to spend up to approximately GBP100,000 per annum during the contract lifetime.

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.1.2) Economic and financial standing

List and brief description of selection criteria

The financial assessment of Tenderers will cover the following areas:

Credit Safe Report

An assessment of financial information using accounts submitted

Turnover the Main contractor must have an annual turnover level of at least GBP76,000 2 x the annual guaranteed contract value for the initial two year period.

To establish the financial standing of a Tenderer, the Council will firstly take into account a risk report provided independently by Credit Safe. Within such reports, the risk of business failure is expressed as a score ranging from 1 -100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further.

Where you are not registered on credit safe e.g. charitable organisations, new start companies and Sole Traders you are to submit 2 years financial accounts, including Profit & Loss Statement and Balance Sheet for consideration.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

n/a

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

10 January 2022

Local time

12:00pm

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

10 January 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Should the 2 x 12 month extension periods be taken up we will issue a further notice in four years time

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The tender is now available for download at www.publictendersscotland.publiccontractsscotland.gov.uk

Project Code 20130

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20130. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Community Benefits will apply where a supplier has been successfully awarded contracts that have an accumulated annual value of 50,000GBP and over. At the end of each financial year / a review of the level of work commissioned to each supplier will be conducted. The number of community benefits points will be determined and the supplier contacted to agree the community benefit outcomes and delivery method. There is no limit to the Community Benefit that a tenderer may offer and the total Community Benefit Points may exceed the stated expectation. If you are successful in the award of this contract you will be required to communicate / meet with East Renfrewshire Council to finalise the delivery of the benefits that you are offering under this Framework.

Community Benefits Wish List

The community benefits wish list has been developed to allow communities to make requests directly to companies working in East Renfrewshire. Local communities or organisations can submit a request for specific help via our online Community Benefits wish list form.

Suppliers are actively encouraged to review the Community Benefits wish list and note within their ITT response if they are able to meet any of the requests noted by our community groups.

A link to the community benefits wish list can be located via the following website page:

https://www.eastrenfrewshire.gov.uk/procurement

East Renfrewshire Council require the following insurance levels to be held;

Employers Liability Insurance held. Minimum level of cover GBP5m

Public Liability Insurance held. Minimum level of cover GBP5m.

Professional Indemnity Insurance Held Minimum Level of Cover GBP2m

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20130. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits will apply where a supplier has been successfully awarded contracts that have an accumulated annual value of 50,000GBP and over. At the end of each financial year / a review of the level of work commissioned to the supplier will be conducted. The number of community benefits points will be determined and the supplier contacted to agree the community benefit outcomes and delivery method. There is no limit to the Community Benefit that a tenderer may offer and the total Community Benefit Points may exceed the stated expectation.

(SC Ref:674580)

six.4) Procedures for review

six.4.1) Review body

Paisley Sheriff Court and Justice of the Peace Court

St James Street

Paisley

PA3 2HW

Email

paisley@scotcourts.gov.uk

Telephone

+44 1418875291

Country

United Kingdom

Internet address

www.scotcourts.gov.uk/the-courts/court-locations/paisley-sheriff-court-and-justice-of-the-peace-court