Tender

Leisure Management Software Solution

  • WAKEFIELD COUNCIL

F02: Contract notice

Notice identifier: 2024/S 000-031982

Procurement identifier (OCID): ocds-h6vhtk-04a624

Published 4 October 2024, 10:24pm



Section one: Contracting authority

one.1) Name and addresses

WAKEFIELD COUNCIL

Wakefield One,Burton Street

WAKEFIELD

WF1 2EB

Contact

Zoe Robinson

Email

zrobinson@wakefield.gov.uk

Telephone

+44 1924306964

Country

United Kingdom

Region code

UKE45 - Wakefield

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.wakefield.gov.uk

Buyer's address

www.yortender.co.uk

one.3) Communication

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

www.yortender.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.yortender.co.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

Leisure Management Software Solution

Reference number

92073 (RFS22-68a)

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Council is looking for an innovative, user-friendly and up to date software solution for Leisure Services. The solution will enable Leisure Services to fully manage their Service Provision within the 6 Leisure Facilities in the Wakefield District.

The Successful Supplier will work with Leisure Services to leverage any benefit from industry trends and innovations to enhance the Customer and Council user experience.

The Contract will be awarded for an initial period of three operational years, including implementation. After the initial period, there will three extension options of two calendar years each. The full Contract period shall be for a maximum of 9 years.

The solution will be a cloud hosted solution and must be hosted in the United Kingdom (UK) and compliant with relevant UK Law. The system is required to use additional multi-factor authentication or support Single Sign On using the Councils Azure Active directory.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48100000 - Industry specific software package

two.2.3) Place of performance

NUTS codes
  • UKE45 - Wakefield

two.2.4) Description of the procurement

The Council is looking for an innovative, user-friendly and up to date software solution for Leisure Services. The solution will enable Leisure Services to fully manage their Service Provision within the 6 Leisure Facilities in the Wakefield District.

The Successful Supplier will work with Leisure Services to leverage any benefit from industry trends and innovations to enhance the Customer and Council user experience. The solution will enable Wakefield Council to deliver the following objectives:

- Give residents the best opportunity to improve fitness and benefit from tangible health improvements through improved access to fitness facilities.

- Enhance Service delivery and improve the customer journey

- Enable customers to self-serve more efficiently, reducing the need to interact with staff and creating a more seamless customer journey

-Enhance front of house processes by introducing a seamless and contactless sign-up process, using self-service kiosks and electronic membership sales

The Contract will be awarded for an initial period of three operational years, including implementation. After the initial period, there will three extension options of two calendar years each. The full Contract period shall be for a maximum of 9 years.

The solution will be a cloud hosted solution and must be hosted in the United Kingdom (UK) and compliant with relevant UK Law. The system is required to use additional multi-factor authentication or support Single Sign On using the Councils Azure Active directory.

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

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will be awarded for an initial period of three operational years, including implementation. After the initial period, there will three extension options of two calendar years each. The full Contract period shall be for a maximum of 9 years.


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

As detailed in the tender documentation, full unrestricted access via (URL) www.yortender.co.uk

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.2.2) Contract performance conditions

As detailed in the tender documentation, full unrestricted access via (URL) www.yortender.co.uk


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 November 2024

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

4 November 2024

Local time

1:00pm

Information about authorised persons and opening procedure

Legal Services, Internal Audit, Council Members may be present at the opening. Where external agencies contribute to the funding; representatives may attend to make note of the tenders & receive a copy of the subsequent written report on the tenders received, such persons must agree to observe commercial confidentiality and be bound by the requirements of the Local Government Act 1972, as amended.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The tender documents are available from the YORtender website www.yortender.co.uk with reference 92073. For support with registration on the YORtender website or if you are having difficulties accessing the documents through YORtender, please contact the Helpdesk email: uksupport@eu-supply.com; phone: 0800 840 2050.

The successful supplier may be required to participate in the achievement of community wellbeing and positive outcomes for its customers as well as promotion and achievement of social and economic growth and environmental and sustainability policy objectives where this is required by the Contracting Authority in the contract documentation.

six.4) Procedures for review

six.4.1) Review body

The Council of the City of Wakefield

Corporate Procurement Team Wakefield One Burton Street

Wakefield

WF1 2EB

Email

procurement@wakefield.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Council of the City of Wakefield

Corporate Procurement Team Wakefield One Burton Street

Wakefield

WF1 2EB

Email

procurement@wakefield.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 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).

six.4.4) Service from which information about the review procedure may be obtained

Council of the City of Wakefield

Corporate Procurement Team Wakefield One Burton Street

Wakefield

WF1 2EB

Email

procurement@wakefield.gov.uk

Country

United Kingdom