Notice Information
Notice Title
Wakefield Council Bereavement Services Admin system
Notice Description
Wakefield Council operate 2 Crematoria, at Wakefield and Pontefract, and run and maintain 19 Cemeteries across the district. The Council's Bereavement Services currently undertake around 3500 cremations and 850 burials (both full burials and cremated remains interments) per annum. As part of this role the Council operates an electronic system for the booking of cremations and burials, including an online booking system for Funeral Directors, and has a legal obligation to maintain electronic burial and cremation Registers. Memorials sales are also undertaken, and Bereavement Services is also responsible for the inspection, testing and recording of all memorials contained within their cemeteries and ensuring that they are all maintained in a safe condition. The contract will be awarded for an initial period of 5 years from the agreed go-live date (with a preceding implementation period being specified in the contract). After the initial period, the contract could continue for up to a maximum of 5 further years. This will be for a 2-year optional extension period, followed by a further 2-year optional extension and a final one-year extension (5+2+2+1).
Lot Information
Lot 1
Renewal: The contract will be awarded for an initial period of 5 years from the agreed go-live date (with a preceding implementation period being specified in the contract). After the initial period, the contract could continue for up to a maximum of 5 further years. This will be for a 2-year optional extension period, followed by a further 2-year optional extension and a final one-year extension (5+2+2+1).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f066
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/080458-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
-
- CPV Codes
48000000 - Software package and information systems
Notice Value(s)
- Tender Value
- £341,500 £100K-£500K
- Lots Value
- £341,500 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Dec 20252 months ago
- Submission Deadline
- 16 Jan 2026Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE COUNCIL OF THE CITY OF WAKEFIELD
- Contact Name
- Not specified
- Contact Email
- procurement@wakefield.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- WAKEFIELD
- Postcode
- WF1 2HQ
- Post Town
- Wakefield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE45 Wakefield
- Delivery Location
- TLE Yorkshire and The Humber
-
- Local Authority
- Wakefield
- Electoral Ward
- Wakefield North
- Westminster Constituency
- Wakefield and Rothwell
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/080458-2025
8th December 2025 - Tender notice on Find a Tender
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-05f066-2025-12-08T10:11:42Z",
"date": "2025-12-08T10:11:42Z",
"ocid": "ocds-h6vhtk-05f066",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PDZN-8179-PJQV",
"name": "The Council of the City of Wakefield",
"identifier": {
"scheme": "GB-PPON",
"id": "PDZN-8179-PJQV"
},
"address": {
"streetAddress": "Wood Street",
"locality": "Wakefield",
"postalCode": "WF1 2HQ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE45"
},
"contactPoint": {
"email": "procurement@wakefield.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.wakefield.gov.uk/",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PDZN-8179-PJQV",
"name": "The Council of the City of Wakefield"
},
"planning": {
"noEngagementNoticeRationale": "Preliminary market engagement was carried out in June 2024 under the PCRs 2015. Ref: 2024/S 000-017915"
},
"tender": {
"id": "RFS24-061",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Wakefield Council Bereavement Services Admin system",
"description": "Wakefield Council operate 2 Crematoria, at Wakefield and Pontefract, and run and maintain 19 Cemeteries across the district. The Council's Bereavement Services currently undertake around 3500 cremations and 850 burials (both full burials and cremated remains interments) per annum. As part of this role the Council operates an electronic system for the booking of cremations and burials, including an online booking system for Funeral Directors, and has a legal obligation to maintain electronic burial and cremation Registers. Memorials sales are also undertaken, and Bereavement Services is also responsible for the inspection, testing and recording of all memorials contained within their cemeteries and ensuring that they are all maintained in a safe condition. The contract will be awarded for an initial period of 5 years from the agreed go-live date (with a preceding implementation period being specified in the contract). After the initial period, the contract could continue for up to a maximum of 5 further years. This will be for a 2-year optional extension period, followed by a further 2-year optional extension and a final one-year extension (5+2+2+1).",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
}
],
"deliveryAddresses": [
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 398700,
"amount": 341500,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"submissionMethodDetails": "https://yortender.eu-supply.com/ctm/supplier/publictenders?B=UK",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-01-16T12:00:00Z"
},
"enquiryPeriod": {
"endDate": "2026-01-10T12:00:00Z"
},
"awardPeriod": {
"endDate": "2026-02-06T23:59:59Z"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 398700,
"amount": 341500,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "The quality of the bid will be assessed against the specification included in the tender pack using the the questions and scoring methodlogy outlined in ITT part one. Social value is included in the section and accounts for 10% of the total score.",
"numbers": [
{
"number": 80,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Cost",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00",
"maxExtentDate": "2035-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The contract will be awarded for an initial period of 5 years from the agreed go-live date (with a preceding implementation period being specified in the contract). After the initial period, the contract could continue for up to a maximum of 5 further years. This will be for a 2-year optional extension period, followed by a further 2-year optional extension and a final one-year extension (5+2+2+1)."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"url": "https://yortender.eu-supply.com/ctm/supplier/publictenders?B=UK"
},
{
"id": "L-2",
"documentType": "technicalSpecifications",
"url": "https://yortender.eu-supply.com/ctm/supplier/publictenders?B=UK"
},
{
"id": "080458-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/080458-2025",
"datePublished": "2025-12-08T10:11:42Z",
"format": "text/html"
}
]
},
"language": "en"
}