Section one: Contracting authority
one.1) Name and addresses
WAKEFIELD COUNCIL
Wakefield One,Burton Street
WAKEFIELD
WF1 2EB
Contact
Zoe Robinson
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
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
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
Country
United Kingdom