Notice Information
Notice Title
South Norfolk Council: Customer Relation Management Software Package
Notice Description
South Norfolk Council and Broadland District Council are offering this opportunity to participate in a competitive procedure with negotiation for a cloud-based customer experience platform. Both councils' delivery plans outline a strategic objective to provide services for residents, businesses and communities that are innovative, efficient and easy to use against a backdrop of reduced funding and tougher economical times. An improved customer offer enabled by digital technology can have a direct impact on our ability to reduce operating costs to serve our customers, absorb growing demand within existing resources and enable greater efficiencies from understanding the end-to-end customer journey whilst enabling customers to interact with us in modern and efficient ways that are convenient to them. East Suffolk Council's Procurement Team is providing procurement support but the Contracting Authority is South Norfolk Council.
Lot Information
Lot 1
The Councils recognise that customer expectations and demands for seamless, efficient services are increasing, but due to the vast array of services offered by local authorities, this has led to disjointed, siloed customer entry points, reduced ability to extract customer insight, inefficient workflow practices, time delays and multiple hand-offs. These elements combined impact the efficiency and cost of operation, as well as the customer experience and interoperability of our technological architecture. The Councils have set themselves an ambition to improve customer experience and have set out to achieve the following as part of this programme of work: Objectives* To create easy to access services for all * To increase first point of contact resolution and keep the customer informed throughout * To use data and insight to benefit the way we work and our customers * To improve internal workflows and case management The Councils are looking to procure a cloud based customer experience platform which would include a customer portal, forms, case management/workflow, integrations and a content management system. We recognise that our platform may / will be made up of more than one technology provided by more than one supplier. We are open to suppliers collaborating in a consortium but prefer to manage the implementation and ongoing relationship through one lead supplier. The Contracting Authority intends to conduct a Competitive procedure with negotiation in accordance with Reg. 29 of the Public Contract Regulations 2015 (as amended) for the procurement of a customer experience platform.East Suffolk Council's Procurement Team is providing procurement support but the Contracting Authority is South Norfolk Council. Additional information: All communications and tenders must be managed through the In-tend e-sourcing Suite. Any communication outside of the In-tend system, without express permission of the Council (or the East Suffolk Procurement Team acting on its behalf), will be immediately rejected.
Renewal: Initial contract period will be five years (60 months). Two optional additional extensions of 1 year each (5+1+1 years)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0470d3
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/060821-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72212100 - Industry specific software development services
Notice Value(s)
- Tender Value
- £1,250,000 £1M-£10M
- Lots Value
- £1,250,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £796,855 £500K-£1M
Notice Dates
- Publication Date
- 30 Sep 20254 months ago
- Submission Deadline
- 2 Dec 2024Expired
- Future Notice Date
- 1 Nov 2024Expired
- Award Date
- 10 Sep 20255 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTH NORFOLK COUNCIL
- Additional Buyers
- Contact Name
- Corinne Lawrie, Emma Pepper
- Contact Email
- emma.pepper@southnorfolkandbroadland.gov.uk, procurement@eastsuffolk.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- NORWICH
- Postcode
- NR7 0WF
- Post Town
- Norwich
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH5 Norfolk
- Small Region (ITL 3)
- TLH51 Norwich and East Norfolk
- Delivery Location
- TLH15 Norwich and East Norfolk, TLH17 Breckland and South Norfolk
-
- Local Authority
- Broadland
- Electoral Ward
- Brundall
- Westminster Constituency
- Broadland and Fakenham
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-0470d3-2025-09-30T11:46:40+01:00",
"date": "2025-09-30T11:46:40+01:00",
"ocid": "ocds-h6vhtk-0470d3",
"description": "Please note that by submitting an expression of interest in response to this PIN, you are providing this information to all Local Authorities involved in this project.All the named local authorities are Data Controllers of the information you submit and will use your data to identify possible market partners, contact you to discuss the potential opportunities in relation to the provision of a customer experience platform.They will also use and retain your personal data in order to facilitate ongoing discussions and contact you about new opportunities that may arise. Accordingly, your data will be retained for 1 year by all the local authorities involved in this project and for 5 by the authority/ies that you wish to work with in future. All Data Controllers are processing personal data on the basis that it is necessary to perform a task in the public interest or for official functions, and the task or function has a clear basis in law. Further information regarding how to contact the Councils, exercise your rights under UKGDPR, and view their general privacy notices can be found on their respective websites.Our aspirations under this project are to define and deliver a solution which :-1. Can support the concept of seamless customer journeys from a range of contact points including but not limited to (phone, email, web, social media, mobile app etc) and work with a range of end user technologies including laptops, mobile devices, smartphones. 2. Are robust, secure and compliant with relevant standards3. Creates a single front door and single sign on experience with our business systems that our services use to manage cases with customers4. Supports customer record linking across our various line of business systems to meet reporting requirements such as single view of the customer. 5. As well as offering pre-built components we want a platform that supports innovation and the quick and agile development of applications. We want to break our reliance on expensive third-party applications where the solution is not complex.6. We want to implement a sustainable service, not just technology. Our aim is to have an in-house supported corporate development platform. We want to hear how vendors can enable this 7. We are ambitious for our future and are interested in a platform that will support us in exploiting new and emerging technology, for example AI where it is appropriate to help our service delivery processes8. We want our platform to support an efficient 'modular' development approach that enables components to be produced, re-used and simply reconfigured in response to shifting organisational priorities. We want repeatable, simple, consistent and reliable.9. We want to work with partners that have a track record of delivery with similar customers. We want a high level of resilience and reliability due to the significant scope, end user experience. 10. Has the ability to integrate and support taking payments from customers. We want this in a way that can be deployed consistently across a range of different products. We don't want 1. A system that takes time to make changes and onboard new journeys. 2. A system that is reliant on bespoke and expensive development skills3. An architecture that is siloed in nature and introduces technical debt4. To be reliant on third parties to run and improve our platform and customer journeys 5. We don't want to buy a 'blank canvas' that needs extensive configuration before we can begin exploiting it. We want to be able to utilise pre-built components that enable us to realise benefits and efficiencies quickly. 6. Replication of our Core case management. These are envisioned to remain in our large, complex line of business systems. Replication of these systems in a new platform is out of scope with a favoured approach to integrating and presenting data to provide first point of contact resolution in most instances.",
"initiationType": "tender",
"tender": {
"id": "2547-PPT-R",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "South Norfolk Council: Customer Relation Management Software Package",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72212100",
"description": "Industry specific software development services"
},
"mainProcurementCategory": "services",
"description": "South Norfolk Council and Broadland District Council are offering this opportunity to participate in a competitive procedure with negotiation for a cloud-based customer experience platform. Both councils' delivery plans outline a strategic objective to provide services for residents, businesses and communities that are innovative, efficient and easy to use against a backdrop of reduced funding and tougher economical times. An improved customer offer enabled by digital technology can have a direct impact on our ability to reduce operating costs to serve our customers, absorb growing demand within existing resources and enable greater efficiencies from understanding the end-to-end customer journey whilst enabling customers to interact with us in modern and efficient ways that are convenient to them. East Suffolk Council's Procurement Team is providing procurement support but the Contracting Authority is South Norfolk Council.",
"value": {
"amount": 1250000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Councils recognise that customer expectations and demands for seamless, efficient services are increasing, but due to the vast array of services offered by local authorities, this has led to disjointed, siloed customer entry points, reduced ability to extract customer insight, inefficient workflow practices, time delays and multiple hand-offs. These elements combined impact the efficiency and cost of operation, as well as the customer experience and interoperability of our technological architecture. The Councils have set themselves an ambition to improve customer experience and have set out to achieve the following as part of this programme of work: Objectives* To create easy to access services for all * To increase first point of contact resolution and keep the customer informed throughout * To use data and insight to benefit the way we work and our customers * To improve internal workflows and case management The Councils are looking to procure a cloud based customer experience platform which would include a customer portal, forms, case management/workflow, integrations and a content management system. We recognise that our platform may / will be made up of more than one technology provided by more than one supplier. We are open to suppliers collaborating in a consortium but prefer to manage the implementation and ongoing relationship through one lead supplier. The Contracting Authority intends to conduct a Competitive procedure with negotiation in accordance with Reg. 29 of the Public Contract Regulations 2015 (as amended) for the procurement of a customer experience platform.East Suffolk Council's Procurement Team is providing procurement support but the Contracting Authority is South Norfolk Council. Additional information: All communications and tenders must be managed through the In-tend e-sourcing Suite. Any communication outside of the In-tend system, without express permission of the Council (or the East Suffolk Procurement Team acting on its behalf), will be immediately rejected.",
"status": "cancelled",
"value": {
"amount": 1250000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period will be five years (60 months). Two optional additional extensions of 1 year each (5+1+1 years)"
},
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "As in the tender documents. Pass/Fail of SQ and Highest score on technical ability and experience."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72212100",
"description": "Industry specific software development services"
}
],
"deliveryAddresses": [
{
"region": "UKH15"
},
{
"region": "UKH17"
},
{
"region": "UKH17"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2024-11-01T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"minimum": "Provision of a statement of annual turnover - we reserve the right to exclude any supplier with an annual turnover of below PS250k."
}
]
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2024-12-16T00:00:00Z"
},
"tenderPeriod": {
"endDate": "2024-12-02T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"reviewDetails": "The Contracting Authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (SI No 102) provides 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).",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-12-02T12:00:00Z"
},
"newValue": {
"date": "2024-12-09T16:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit for receipt of tenders or requests to participate"
}
},
{
"oldValue": {
"text": "Provision of a statement of annual turnover - we reserve the right to exclude any supplier with an annual turnover of below PS250k."
},
"newValue": {
"text": "Provision of a statement of annual turnover - we reserve the right to exclude any supplier with an annual turnover of below PS250k. Additional minimum requirements as in the SQ guidance document published."
},
"where": {
"section": "III.1.2",
"label": "Economic and financial standing"
}
},
{
"oldValue": {
"text": "Provision of three examples of relevant technical ability and experience within a public sector client or equivalent"
},
"newValue": {
"text": "Provision of three examples of relevant technical ability and experience within a public sector client or equivalent and additional professional and technical capability questions as detailed in the SQ and accompanying guidance."
},
"where": {
"section": "III.1.3",
"label": "Technical and professional ability"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-116430",
"name": "South Norfolk Council and Broadland District Council",
"identifier": {
"legalName": "South Norfolk Council and Broadland District Council"
},
"address": {
"streetAddress": "Horizon Business Centre, Peachman Way",
"locality": "Norwich",
"region": "UKH17",
"postalCode": "NR7 0WF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Emma Pepper",
"email": "emma.pepper@southnorfolkandbroadland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://southnorfolkandbroadland.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-128891",
"name": "South Norfolk Council",
"identifier": {
"legalName": "South Norfolk Council"
},
"address": {
"streetAddress": "The Horizon Centre, Broadland Business Park, Peachman Way",
"locality": "Norwich",
"region": "UKH17",
"postalCode": "NR7 OWF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Corinne Lawrie",
"email": "procurement@eastsuffolk.gov.uk",
"url": "https://in-tendhost.co.uk/eastsuffolk/aspx/Home"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.southnorfolkandbroadland.gov.uk",
"buyerProfile": "https://in-tendhost.co.uk/eastsuffolk/aspx/Home",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-4500",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-162510",
"name": "Goss Interactive Ltd",
"identifier": {
"legalName": "Goss Interactive Ltd",
"id": "03553908"
},
"address": {
"streetAddress": "24 Darklake View",
"locality": "Plymouth",
"region": "UKK41",
"postalCode": "PL6 7TL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.gossinteractive.com",
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-128891",
"name": "South Norfolk Council"
},
"language": "en",
"awards": [
{
"id": "060821-2025-2547-PPT-R-1",
"relatedLots": [
"1"
],
"title": "Customer Experience Platform",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-162510",
"name": "Goss Interactive Ltd"
}
]
}
],
"contracts": [
{
"id": "060821-2025-2547-PPT-R-1",
"awardID": "060821-2025-2547-PPT-R-1",
"title": "Customer Experience Platform",
"status": "active",
"value": {
"amount": 796855,
"currency": "GBP"
},
"dateSigned": "2025-09-11T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
}
]
}
}