Contract

Property Asset Management System (Housing)

  • Wrexham County Borough Council

F03: Contract award notice

Notice identifier: 2024/S 000-036040

Procurement identifier (OCID): ocds-h6vhtk-042f02

Published 7 November 2024, 11:11am



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

procurement@wrexham.gov.uk

Country

United Kingdom

NUTS code

UKL23 - Flintshire and Wrexham

Internet address(es)

Main address

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

Buyer's address

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

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

Property Asset Management System (Housing)

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

Wrexham County Borough Council’s Housing Department sought a comprehensive cloud-hosted Property Asset Management system to help manage their Social Housing portfolio effectively and efficiently, and to meet regulatory compliance requirements.

The solution must integrate with the existing Housing Management Solution, Orchard Housing to ensure property stock information and property component information is accurate in both systems.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £125,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKL23 - Flintshire and Wrexham

two.2.4) Description of the procurement

Wrexham County Borough Council’s Housing Department sought a comprehensive cloud-hosted Property Asset Management system to help manage their Social Housing portfolio effectively and efficiently, and to meet regulatory compliance requirements.

The solution must integrate with the existing Housing Management Solution, Orchard Housing to ensure property stock information and property component information is accurate in both systems.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-002138


Section five. Award of contract

Contract No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 September 2024

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ASPREY MANAGEMENT SOLUTIONS LIMITED

Kings Lynn Innovation Centre, Innovation Drive

King's Lynn

PE305BY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £125,000


Section six. Complementary information

six.3) Additional information

(WA Ref:145859)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This tender process incorporated a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals could 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).