Contract Award: Environment and Sustainable Transport Software
November 5, 2024 Cabinet (Cabinet collective) Key decision Approved View on council websiteThis summary is generated by AI from the council’s published record and supporting documents. Check the full council record and source link before relying on it.
Summary
...to award a contract to Causeway Technologies Ltd for an Environment and Sustainable Transport software package for up to 10 years at a total cost of £2,112,022.00, and to delegate authority to the Corporate Director of Environment & Sustainable Transport to agree extensions.
Full council record
Purpose
Approval to directly award a contract for EST
Software to manage the delivery of Public Realm and Highway
services via back-office systems and a mobile app that enables
remote staff updates
Decision
Decision
For the reasons set
out in the report Cabinet RESOLVED to Agree to:
i)
Award a contract to Causeway Technologies Ltd via direct award
through the Crown Commercial Services Vertical Applications
Solutions framework for the provision of an Environment and
Sustainable Transport software package commencing on 4 January 2025
for a 3 period of up to 10 years (5 years with an optional
extension of up to 5 years) at a total contract price of
£2,112,022.00 (£211K per annum).
ii)
Delegate authority to the Corporate Director of Environment &
Sustainable Transport in consultation with the Statutory Deputy
Mayor and Cabinet Member for Environment, Sustainable Transport,
Children Services and Education to agree extensions up to the
maximum 5-year extension term.
Alternatives
Considered
a)
Do nothing and discontinue use of any software. Not pursued as the
Council would have no digital record of its EST assets, and
inefficient manual and paper processes would have to be
re-introduced to provide Govt statistics, and update residents on
their reports and enquiries negating any cost saving from the cost
of the software.
b)
Further competition using a framework agreement. Not pursued to
avoid risk of overlapping cost of existing and new system during
transition, does not offer financial value for money or timely
delivery of service now.
c)
Open or restricted tender exercise. Not pursued to avoid risk of
overlapping cost of existing and new system during transition and
cannot be achieved within the available time putting service
continuity at risk.
d)
The direct award provision could have been utilised on the basis of
a three year plus two-year extension contract. This was not pursued
as EST have ongoing projects which may not complete within this
timescale; and the annual costs on the 5 year plus 5-year contract
are less with greater certainty with a fixed inflation cost over
the initial 5-year term.
Related Meeting
Cabinet - Tuesday 5th November 2024 10.30 a.m. on November 5, 2024
Supporting Documents
Details
| Outcome | Decision approved |
| Decision date | 5 Nov 2024 |
| Subject to call-in | Yes |