Provision of Cashless Catering, Online Payments & Kitchen Management Software

A Tender Notice
by NORTH AYRSHIRE COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
35.5 month
Value
£290K-£340K
Sector
TECHNOLOGY
Published
03 Mar 2021
Delivery
To 24 Mar 2024 (est.)
Deadline
09 Apr 2021 11:00

Concepts

Location

Throughout North Ayrshire (including the Islands of Arran and Cumbrae)

Geochart for 1 buyers and 0 suppliers

Description

As part of the existing contract renewal processes, North Ayrshire Council (NAC) has identified the need to upgrade or replace their existing Cashless Catering and Online Payment solutions, together with introducing Kitchen Management Software. The systems will be extended for use across all 9 academies, 49 primary schools and 1 additional support needs (ASN) school within the Council’s remit. The Council also have a number of hospitality locations and outside catering units (including pop-ups) that may be included if the solution permits. The Council are seeking contract(s) for the provision of three inter-related, cloud-based systems (including supply, installation, licences and training) and will consider suppliers who can offer all elements (or a combination thereof) but will also consider separate providers. The requirement has been split into 3 Lots as follows; Lot 1 - Cashless Catering system (including meal ordering functionality) with full upgrades, annual maintenance and support (including software and minimum hardware) Lot 2 - Online Payments system Lot 3 - Kitchen Management Software with full upgrades, annual maintenance and support (including software and minimum hardware)

Lot Division

1 Cashless Catering Services and Equipment
  • Value: £80K

The service under this lot will include but not be limited to an integrated solution suitable for use in all required locations; primary and secondary schools, hospitality locations and outside catering units (including pop-ups). This requirement also includes - Meal ordering functionality with full upgrades, annual maintenance and support (including software and minimum hardware). - Equipment is also required. Items may include the following but are not limited to: Hardware such as Touch screen EPOS, and software, installation, maintenance and support (such as call centres, remote, onsite), updates, patches and replacement parts. - The solution also requires the ability to integrate with existing systems used by NAC including but not limited to newly awarded Online Payment and Kitchen Management systems.

2 Online Payments
  • Value: £180K

The requirement under this lot will include but not be limited to: - The supply of software systems allowing the ability for NAC to take online payments for education services from any internet connected device - Ability for parents / guardians to go online and pay for child’s school meal, trip, and other non-meal purchases - The ability for payments to be accepted from PayPoint terminals and / or similar (should a parent have no access to the internet). - Integrate with existing systems used by NAC; SEEMIS and Integra / Civica Pay and newly awarded Cashless Catering and Kitchen Management systems.

3 Kitchen management system
  • Value: £30K

The services required under this lot will include but not be limited to; - Cloud-based software that meets the information management needs of primary and secondary school kitchens, hospitality locations and outside catering units (including pop-ups). - Modular application that will allow gradual roll out of functionality in line with NAC timeline and appetite. - Systemisation of the current Hazard Analysis Critical Control Points log. - Provision of an innovative solution to record temperatures of equipment and food seamlessly, along with details of who took the temperatures. - Software and minimum hardware for advanced reporting, nutritional analysis, menu planning, inventory and kitchen management. - Provision of various interface capabilities and capability of storing/transmitting all the relevant information with central offices, with full management, backup and archive functions. - Provision of full upgrades, annual maintenance and support. - Integration with existing systems used by NAC including but not limited to; newly awarded Cashless Catering and Online Payment systems.

Renewal Options

This contract has an option to extend for up to another 12 months. Extensions will be at the sole discretion of North Ayrshire Council and subject to satisfactory performance and funding.

Award Criteria

All award criteria is stated in the ITT documents 60
price 40

CPV Codes

  • 72000000 - IT services: consulting, software development, Internet and support
  • 48110000 - Point of sale (POS) software package
  • 48000000 - Software package and information systems

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1. Health and Safety Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1. Environmental Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2. Suppliers should be able demonstrate how the security of their cloud solution complies with: - ISO 27001 - Information Security Management Systems – Requirements - ISO 27002 - Code of practice for information security controls - ISO 27017 - Code of practice for information security controls based on ISO/IEC 27002 for cloud services - ISO 27018 - Code of practice for protection of personally identifiable information (PII) in public clouds acting as PII processors - ISO 22301 – Business continuity management If suppliers are not formally certified to the above ISO standards, they will be required to provide sufficient evidence (a policy authorised by Chief Executive or equivalent) to demonstrate their level of compliance in adopting the security controls contained in these standards. The supplier will require to have achieved either Cyber Essentials or Cyber Essentials Plus certification in order to demonstrate the security of their computer systems and networks. For the Online Payments Lot, the Bidder must provide either a Certificate or a Statement of Attestation that confirms supplier PCI compliance status to either level 1 or 2 and to confirm status as an approved PCI Payment Card Processing Supplier and that they are on the PCI approved supplier list. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18149. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Community benefits will be requested on a voluntary requirement basis for: Supply Chain Initiatives Community and Education Initiatives (SC Ref:645752)

Reference

Domains