Notice Information
Notice Title
Corporate Booking System
Notice Description
Provision of Corporate Booking System.
Lot Information
Lot 1
See Annex 1 Details of Requirements and Statement of Requirements.
Renewal: 2 x Optional Extensions of 12 months each.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03ebbb
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016977-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
-
- CPV Codes
48100000 - Industry specific software package
Notice Value(s)
- Tender Value
- £6,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £3,000,000 £1M-£10M
Notice Dates
- Publication Date
- 31 May 20241 years ago
- Submission Deadline
- 1 Sep 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 23 May 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Likely that the contract will require renewal.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- corporateprocurement@northlan.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 1AB
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM Scotland, TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03ebbb-2024-05-31T10:58:15+01:00",
"date": "2024-05-31T10:58:15+01:00",
"ocid": "ocds-h6vhtk-03ebbb",
"description": "(SC Ref:768083)",
"initiationType": "tender",
"tender": {
"id": "NLC-CPT-22-173",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Corporate Booking System",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
"mainProcurementCategory": "goods",
"description": "Provision of Corporate Booking System.",
"value": {
"amount": 6000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "See Annex 1 Details of Requirements and Statement of Requirements.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "35"
},
{
"name": "Statement of Requirements",
"type": "quality",
"description": "15"
},
{
"type": "price",
"description": "50"
}
]
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "2 x Optional Extensions of 12 months each."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM84"
},
{
"region": "UKM"
},
{
"region": "UKM84"
}
],
"deliveryLocation": {
"description": "Members of the public may access the system outwith North Lanarkshire boundaries."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "4A.1: If required by the member state, Tenderers are required to be enrolled in the relevant professional or trade registers within the country in which they are established. 4A.2: Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships. Failure to do so may result in the Tenderer being disqualified from the competition",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Tenderers must respond to SPD Questions 4B.1.2, 4B1.3, 4B.4. 4B.5.1b, 4B.5.2 and 4B.5.3. Acid Test Ratio - The acid-test, or quick ratio, compares a company's most short-term assets to its most short-term liabilities to see if a company has enough cash to pay its immediate liabilities, such as short-term debt. The acid-test ratio disregards current assets that are difficult to liquidate quickly such as inventory. The acid-test ratio may not give a reliable picture of a firm's financial condition if the company has accounts receivable that take longer than usual to collect or current.",
"minimum": "Employers Liability - 10000000GBP each and every claim and in the annual aggregate Public Liability - 5000000GBP each and every claim and in the annual aggregate Product Indemnity - 5000000GBP each and every claim or in the annual aggregate. Sofware development insurance may be required depending on solution offered. Where in the aggregate, the policy should allow for a minimum of one automatic reinstatement of the sum insured in any one period. PI insurance should be maintained for the period of the contract including any optional extensions. 4B.4 The bidder must pass the one financial ratio used in this procurement. The ratio(s) detail above for Part 4B.4 of the SPD (Scotland) will be calculated as follows: Acid Test Ratio - minimum ratio 1.0. Should the Council determine that a Bidder is unable to meet the required financial assessment (as above), the Council reserves the sole right to clarify and appraise the Bidders financial standing further. This process will be undertaken in accordance with the Council's internal financial appraisal guidance to provide comfort that the Bidder's financial position does not pose any risk to the Council should they be successful in being awarded the agreement. Should the Council issue a Request for Documentation, Bidders will be required to provide evidence i.e. a PDF version of their most recent sets of audited accounts.\"",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "4C1.2 Tenderers will be required to demonstrate that they have the relevant experience to deliver the services/supplies as described in this Contract Notice. 4C.10 Tenderers will be required to provide the proportion (i.e. percentage) of the contract that they intend to subcontract. 4D.1 Tenderers are required to provide a statement that demonstrates that they have the relevant quality assurance standards in place as described in part III.1.3 of the FTS Contract Notice or the relevant section of the Site Notice. 4D.2 Tenderers are required to provide a statement that demonstrates that they have the relevant environmental management standards in place as described in part III.1.3 of the FTS Contract Notice or the relevant section of the Site Notice.",
"minimum": "4C 1.2 Successful delivery of two contracts of a similar scope and nature which have been fulfilled in any of the three years prior to the publication of this notice. Tenderers must provide verifiable evidence of each contract relied upon to demonstrate achievement of this standard. 4C.10 For information purposes. 4D.1 The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or meet any minimum requirements stated within the PCS-T notice. 4D.2 The candidate must hold independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or meet any minimum requirements stated within the PCS-T notice.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "Please refer to tender documents.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-09-01T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2023-09-01T12:00:00+01:00"
},
"bidOpening": {
"date": "2023-09-01T12:00:00+01:00",
"address": {
"streetAddress": "Virtual"
}
},
"hasRecurrence": true,
"reviewDetails": "An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.",
"recurrence": {
"description": "Likely that the contract will require renewal."
}
},
"parties": [
{
"id": "GB-FTS-689",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "corporateprocurement@northlan.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.northlanarkshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-26938",
"name": "Scottish Courts",
"identifier": {
"legalName": "Scottish Courts"
},
"address": {
"locality": "Edinburgh",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-3434",
"name": "Gladstone MRM Ltd",
"identifier": {
"legalName": "Gladstone MRM Ltd"
},
"address": {
"streetAddress": "Gladstone House, Hithercroft Road",
"locality": "Wallingford",
"region": "UK",
"postalCode": "OX10 9BT",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-689",
"name": "North Lanarkshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000740260"
}
],
"language": "en",
"awards": [
{
"id": "016977-2024-NLC-CPT-22-173-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-3434",
"name": "Gladstone MRM Ltd"
}
]
}
],
"contracts": [
{
"id": "016977-2024-NLC-CPT-22-173-1",
"awardID": "016977-2024-NLC-CPT-22-173-1",
"status": "active",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"dateSigned": "2024-05-24T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}