Opportunity

Performance, Risk, Programme and Project Management System

  • Wrexham County Borough Council

F02: Contract notice

Notice reference: 2022/S 000-031168

Published 4 November 2022, 8:38am



Section one: Contracting authority

one.1) Name and addresses

Wrexham County Borough Council

Commissioning Procurement and Contract Management Unit, Lampbit Street

Wrexham

LL11 1AR

Email

tashi.jackson@Wrexham.gov.uk

Country

United Kingdom

NUTS code

UKL23 - Flintshire and Wrexham

Internet address(es)

Main address

https://www.wrexham.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264

one.3) Communication

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

https://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

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

Performance, Risk, Programme and Project Management System

two.1.2) Main CPV code

  • 72200000 - Software programming and consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Wrexham County Borough Council require an integrated solution to support the authority’s work with Performance, Risk, Project and Programme management.

The solution will support WCBC’s corporate vision to enable staff to work in a more efficient and flexible way through the use of modern and innovative means, enabling them to manage and monitor all aspects of performance (actions, tasks, measures, risks, projects and programmes) all in one place, that enables them all to interlink strengthening our performance and Governance across the Authority.

The system will form a vital role in enabling WCBC to view the ‘golden thread’ of information and allowing the application of information in a variety of formats based on the desired audience. The Performance Management system must not only support policy requirements but also allow flexibility to suit the diverse needs of services in the Authority and how these might change over time.

The outcome of the tender process will be a single contract with one service provider. The contract will be for an initial 4 year period, with 3 annual options to extend by a further 1 year on each occasion, up to a maximum contract length of 7 years (4+1+1+1). The possible contract extensions will be subject to the Authority’s needs and the performance of the successful service provider.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79210000 - Accounting and auditing services

two.2.3) Place of performance

NUTS codes
  • UKL23 - Flintshire and Wrexham

two.2.4) Description of the procurement

Wrexham County Borough Council require an integrated solution to support the authority’s work with Performance, Risk, Project and Programme management.

The solution will support WCBC’s corporate vision to enable staff to work in a more efficient and flexible way through the use of modern and innovative means, enabling them to manage and monitor all aspects of performance (actions, tasks, measures, risks, projects and programmes) all in one place, that enables them all to interlink strengthening our performance and Governance across the Authority.

The system will form a vital role in enabling WCBC to view the ‘golden thread’ of information and allowing the application of information in a variety of formats based on the desired audience. The Performance Management system must not only support policy requirements but also allow flexibility to suit the diverse needs of services in the Authority and how these might change over time.

The outcome of the tender process will be a single contract with one service provider. The contract will be for an initial 4 year period, with 3 annual options to extend by a further 1 year on each occasion, up to a maximum contract length of 7 years (4+1+1+1). The possible contract extensions will be subject to the Authority’s needs and the performance of the successful service provider.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80%

Price - Weighting: 20%

two.2.6) Estimated value

Value excluding VAT: £300,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The contract will be for an initial 4 year period, with 3 annual options to extend by a further 1 year on each occasion, up to a maximum contract length of 7 years (4+1+1+1)

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

two.2.14) Additional information

Quality 80% Cost 20%


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

Selection criteria as stated in the procurement documents

Minimum level(s) of standards possibly required

Selection criteria as stated in the procurement documents

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.1.8) 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

5 December 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

5 December 2022

Local time

12:30pm

Information about authorised persons and opening procedure

WCBC staff members and their authorised agents only.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Information contained within the procurement documents

(WA Ref:126242)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This tender process will incorporate a minimum 10 calendar days standstill period at the point information on the award is communicated to bidders. Appeals can be directly raised via the contact points detailed in section VI.4.1) of this contract notice. The Public Contracts Regulations 2015 #102 provide 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).