Tender for Production of New Search Engine
The University of Edinburgh wishes to appoint a supplier who can undertake the task of producing a New Search Engine.
United Kingdom-Edinburgh: Web search engine providers
2017/S 021-035459
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
United Kingdom
Telephone: +44 13165022826
E-mail: laura.harkins@ed.ac.uk
NUTS code: UKM25
Address of the buyer profile:http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
New Search Engine.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The University of Edinburgh wishes to appoint a supplier who can undertake the task of producing a New Search Engine.
This project will not be divided into lots due to the nature of this project therefore it is not required for this procurement.
The UoE will apply a 2-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice.
Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The University of Edinburgh.
II.2.4)Description of the procurement:
The UoE intentions are to procure a New Search Engine in line with the EU Online Privacy Legislation. It is anticipated that the legislation regarding cookies will be revised in 2017 and as a result UoE will work with the successful supplier to update accordingly. Active management of the service is challenging, mainly due to limitation of functionality and resources. The UoE is seeking to procure a new search facility to enable active management and ensure a robust search service delivery in the stated contract period.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is an option to extend for two 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T.
We will apply a 2-stage process:
Stage 1 — Pre-Qualification via the ESPD (Scotland). The ESPD asks general questions; when completing, bidders must have regard for the statements in this OJEU Notice that detail specific requirements. Bidders must:
a) Pass the minimum standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Section III of this Notice
b) Complete the scored ESPD Section 4C found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 (‘List and brief description of selection criteria’) of this Notice. Section 4C will be scored as per the scoring methodology detailed below. The 5 highest scoring bidders will be invited to submit a tender.
Stage 2 — Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation.
Objective Criteria for Shortlisting — ESPD Section 4C scoring methodology:
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 — Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability.
2 — Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
Scored ESPD Section 4C question weighting:
4C.1.2 Experience (100 percent).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
There are a variety of evaluators within this procurement:
— IS Applications,
— Technology,
— Production,
— Business Analyst,
— Procurement.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
ESPD 4A.2 Statement [Service Contracts Only]
Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
In the United Kingdom, the economic operator may be requested to provide a certificate from the Registrar of Companies stating that he is certified as incorporated or registered or, where he is not so certified, a certificate stating that the person concerned has declared on oath that he is engaged in the profession in a specific place under a given business name.
III.1.2)Economic and financial standing
Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their 2 most recent sets of annual audited accounts including profit and loss information.
ESPD 4B.1.1 Statement Bidders will be required to have a minimum ‘general’ yearly turnover of 200 000 GBP for the last 3 years.
ESPD 4B.6 Statement:
[Open financial/economic ESPD question–Please insert any other economic or financial requirement here as allowed by Regulations].
Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their 2 most recent sets of annual audited accounts including profit and loss information.
ESPD 4B.5.1 and 4B.5.2 Statement:
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP;
Public Liability Insurance = 5 000 000 GBP;
Professional Indemnity Insurance = 150 000 GBP;
Product Liability Insurance = 5 000 000 GBP.
ESPD 4B.6 Statement
Open financial/economic ESPD question–Please insert any other economic or financial requirement here as allowed by Regulations].
III.1.3)Technical and professional ability
ESPD 4C.1.2 Statement: [Goods and Services Only]
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies from the past three years as described in part II.2.4 of the OJEU Contract Notice.
ESPD 4C.2.1 Statement: [Goods and Services Only]
Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
ESPD 4C.6 Statement:
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
Each member of the bidding team is asked to confirm staff numbers for each of the last 3 years identifying:
Number and qualification of professional staff;
Number of support/technical staff;
Number of admin staff.
ESPD 4C.8.1 Statement:
Bidders will be required to confirm their average annual manpower for the last 3 years.
ESPD 4C.10 Statement:
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
*Please include the name of each Customer Organisation along with their contact details i.e. Name, Telephone Number, and email address. If you are unable to provide any examples please explain why you cannot.
ESPD 4D1.1 Quality Management: If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following:
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
Prices will be fixed for the full 2 years of this contract. Further negations and discussions will occur before the extension of this contract.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
The second stage of this procurement will be issued w/c 6.3.2017.
VI.2)Information about electronic workflows
VI.3)Additional information:
Note: Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these parties must complete and reattach the ESPD Supplier Response Forms (MO Excel document) attached to ESPD questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. These parties must complete the first three sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. If parties have not yet been identified, this information may be required at a later date. The University reserves the right to request information about relevant parties upon whom the main bidder will not rely to fulfil the selection criteria.
The UoE has considered the scope to include community benefits, they are not considered to be appropriate, relevant and/or proportionate to the procurement with a brief explanation. Urgency is unlikely to be a suitable reason for not including community benefit requirements.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 2185. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause in this contract.
(SC Ref:478184).
VI.4.1)Review body
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
United Kingdom
Telephone: +44 1316502826
E-mail: laura.harkins@ed.ac.ukInternet address:http://www.ed.ac.uk/schools-departments/procurement/supplying
VI.5)Date of dispatch of this notice:
Related Posts
E-Learning Portal Development Contract London
Website Audit for Office of Rail and Road
Intranet Replacement Contract Bournemouth
Website Development – Request for Quotations