Nina Mistry2: Hosted Box Office Ticketing Solution for Leicester City Council

  Nina Mistry2 is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Hosted Box Office Ticketing Solution for Leicester City Council
Notice type: Contract Notice
Authority: Nina Mistry2
Nature of contract: Services
Procedure: Open
Short Description: Leicester City Council is inviting tenders on the terms set out in this Invitation to Tender (ITT) for a single Contractor to supply a hosted box office ticketing solution for Leicester City Council with the capacity to incorporate up to ten additional venues. The solution must include: delivery, installation, training and support. The software solution must have multi-venue capabilities, customer relationship management and marketing functionality. The system will be flexible so that the Council can accept any appropriate new developments to the chosen software if they become available during the contract period.
Published: 15/11/2013 15:57
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-LEICESTER: IT services: consulting, software development, Internet and support.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Leicester City Council
      New Walk Centre, Welford Place, LEICESTER, LE1 6ZG, United Kingdom
      Tel. +44 1164541274

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Hosted Box Office Ticketing Solution for Leicester City Council
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         Region Codes: UKF21 - Leicester         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      IT services: consulting, software development, Internet and support. Technical computer support services. Provider services. System and support services. Software maintenance and repair services. Software package and information systems. Transaction-processing software package. Entertainment software package. Sales or marketing software package. Training services. Customer Relation Management software package. Hardware. Point of sale (POS) software package. Theatre management system. Leicester City Council is inviting tenders on the terms set out in this Invitation to Tender (ITT) for a single Contractor to supply a hosted box office ticketing solution for Leicester City Council with the capacity to incorporate up to ten additional venues.

The solution must include: delivery, installation, training and support. The software solution must have multi-venue capabilities, customer relationship management and marketing functionality. The system will be flexible so that the Council can accept any appropriate new developments to the chosen software if they become available during the contract period.
         
      II.1.6)Common Procurement Vocabulary:
         72000000 - IT services: consulting, software development, Internet and support.
         
         72611000 - Technical computer support services.
         
         72410000 - Provider services.
         
         72250000 - System and support services.
         
         72267000 - Software maintenance and repair services.
         
         48000000 - Software package and information systems.
         
         48217000 - Transaction-processing software package.
         
         48932000 - Entertainment software package.
         
         48481000 - Sales or marketing software package.
         
         80500000 - Training services.
         
         48445000 - Customer Relation Management software package.
         
         44316400 - Hardware.
         
         48110000 - Point of sale (POS) software package.
         
         48814300 - Theatre management system.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The solution must include any necessary hardware, software, systems and other peripherals required to establish and operate the system as well as allow potential change amendments to the contract such as additional training requests, licences and additional system users. The supplier must include in the cost comprehensive initial training for staff and on-going annual technical support with options of 5 day, 7 day and out of hours cover.
The system must be a complete point-of-sale solution for theatres, cinemas, museums, visitor attractions, festivals, sporting events, visitor information centres, etc and enable customers to purchase tickets and/or merchandise to multiple events across venues in a single transaction. The system should be web-based with the database and application hosted remotely by either directly by the supplier or a third party service provider in a safe, secure facility. The integrated solution must allow for real-time ability to order tickets and/or merchandise using any computer’s browser, tablet or smart phone.
The software system must be feature rich to support both point-of-sale and online ticket sales with the ability to configure seating maps, series or events, implement customised ticket templates and print at home tickets as well as process donations, memberships, merchandise, packages and coupons. The system needs to allow skinning capabilities on user interface appearance to brand the application according to the venue’s corporate brand and image. The customer relationship management function must be specific to venue client with access restrictions to individual customer and financial data yet have central management server ability for software system’s operational and maintenance requirements.
The system must have seamless integration with Capita, Leicester City Council’s payment collection service, with all transactions encrypted secure and in strict compliance with the Payment Card Industry Data Security Standard (PCI DSS) and Payment Application Data Security Standard (PA-DSS). The system should expand server power to meet the need of ticket sales so that high-volume processing occurs without disruption to purchase process during peak time for on-sales. The system will allow ticket and retail barcode scanner capability to serve as a ticket authentication tool and use add-on devices at point of sale stations, including electronic cash drawers, bar-code scanners, card payment readers and receipt or invoice printers.                  
         Estimated value excluding VAT:
         Range between: 200,000 and 800,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The provision of appropriate guarantees, warranties and bonds is reserved.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         AS PER THE CONTRACT DOCUMENTATION      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 02/01/2014
         Time: 10:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.The value range of the contract given GBP200,000 to GBP800,000 is for the whole life of the contract including the options to extend if taken up.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-LEICESTER:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./3GV27KZ63H

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3GV27KZ63H
GO-20131115-PRO-5269455 TKR-20131115-PRO-5269454
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 15/11/2013

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      AS PER CONTRACT DOCUMENTATION AND SECTION ii
      AS PER CONTRACT DOCUMENTATION AND SECTION ii, Leicester, United Kingdom

View any Notice Addenda

Hosted Box Office Ticketing Solution for Leicester City Council

UK-LEICESTER: IT services: consulting, software development, Internet and support.

Section I: Contracting Authority
   Title: UK-LEICESTER: IT services: consulting, software development, Internet and support.
   I.1)Name, Addresses And Contact Point(s)
      Leicester City Council
      New Walk Centre, Welford Place, LEICESTER, LE1 6ZG, United Kingdom
      Tel. +44 1164541274
   
   I.2)Type Of Purchasing Body
      Contracting authority       
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Hosted Box Office Ticketing Solution for Leicester City Council
      II.1.2)Short description of the contract or purchase:
      IT services: consulting, software development, Internet and support. Technical computer support services. Provider services. System and support services. Software maintenance and repair services. Software package and information systems. Transaction-processing software package. Entertainment software package. Sales or marketing software package. Training services. Customer Relation Management software package. Hardware. Point of sale (POS) software package. Theatre management system. Leicester City Council is inviting tenders on the terms set out in this Invitation to Tender (ITT) for a single Contractor to supply a hosted box office ticketing solution for Leicester City Council with the capacity to incorporate up to ten additional venues.

The solution must include: delivery, installation, training and support. The software solution must have multi-venue capabilities, customer relationship management and marketing functionality. The system will be flexible so that the Council can accept any appropriate new developments to the chosen software if they become available during the contract period.
      
      II.1.3)Common procurement vocabulary:
      72000000 - IT services: consulting, software development, Internet and support.
      
      72611000 - Technical computer support services.
      
      72410000 - Provider services.
      
      72250000 - System and support services.
      
      72267000 - Software maintenance and repair services.
      
      48000000 - Software package and information systems.
      
      48217000 - Transaction-processing software package.
      
      48932000 - Entertainment software package.
      
      48481000 - Sales or marketing software package.
      
      80500000 - Training services.
      
      48445000 - Customer Relation Management software package.
      
      44316400 - Hardware.
      
      48110000 - Point of sale (POS) software package.
      
      48814300 - Theatre management system.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2013 - 122370
      IV.2.3)Notice to which this publication refers         
         Notice number in OJ: 2013/S 224 - 390099 of 15/11/2013      
      IV.2.4)Date of dispatch of the original Notice: 15/11/2013
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: iv3.4            
            Instead of: 02/01/2014 Time: 10:00
            Read: 03/01/2014 Time: 10:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.The value range of the contract given GBP200,000 to GBP800,000 is for the whole life of the contract including the options to extend if taken up.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=84074846
GO-20131223-PRO-5354181 TKR-20131223-PRO-5354180

      VI.5)Date of dispatch: 23/12/2013

View Award Notice

UK-LEICESTER: IT services: consulting, software development, Internet and support.

Section I: Contracting Authority
   Title: UK-LEICESTER: IT services: consulting, software development, Internet and support.
   I.1)Name, Addresses and Contact Point(s):
      Leicester City Council
      New Walk Centre, Welford Place, LEICESTER, LE1 6ZG, United Kingdom
      Tel. +44 1164541274

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Hosted Box Office Ticketing Solution for Leicester City Council      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 7
         
         Region Codes: UKF21 - Leicester         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         IT services: consulting, software development, Internet and support. Technical computer support services. Provider services. System and support services. Software maintenance and repair services. Software package and information systems. Transaction-processing software package. Entertainment software package. Sales or marketing software package. Training services. Customer Relation Management software package. Hardware. Point of sale (POS) software package. Theatre management system. Leicester City Council is inviting tenders on the terms set out in this Invitation to Tender (ITT) for a single Contractor to supply a hosted box office ticketing solution for Leicester City Council with the capacity to incorporate up to ten additional venues.The solution must include: delivery, installation, training and support. The software solution must have multi-venue capabilities, customer relationship management and marketing functionality. The system will be flexible so that the Council can accept any appropriate new developments to the chosen software if they become available during the contract period.
      II.1.5)Common procurement vocabulary:
         72000000 - IT services: consulting, software development, Internet and support.
         72611000 - Technical computer support services.
         72410000 - Provider services.
         72250000 - System and support services.
         72267000 - Software maintenance and repair services.
         48000000 - Software package and information systems.
         48217000 - Transaction-processing software package.
         48932000 - Entertainment software package.
         48481000 - Sales or marketing software package.
         80500000 - Training services.
         48445000 - Customer Relation Management software package.
         44316400 - Hardware.
         48110000 - Point of sale (POS) software package.
         48814300 - Theatre management system.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 1,000,000
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 70
         Price - 30
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2013/S 224 - 390099 of 15/11/2013
         
         Other previous publications: Yes
            Notice number in OJ: 2013/S 250 - 438843 of 23/12/2013


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Toptix (UK) Ltd
         Town: London
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 1,000,000
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.The value range of the contract given GBP200,000 to GBP800,000 is for the whole life of the contract including the options to extend if taken up.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=127053829
GO-2015123-PRO-6312940 TKR-2015123-PRO-6312939   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 23/01/2015