Glasgow: information systems
Asset Management Software Solution for Glasgow Housing Association.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Glasgow Housing Association Ltd
Granite House, 177 Trongate
For the attention of: Lesley McLean – Senior Procurement Advisor
G1 5HF Glasgow
UNITED KINGDOM
Telephone: +44 1412746338
E-mail: lesley.mclean@gha.org.uk
Internet address(es):
Address of the buyer profile: www.gha.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
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:
The Provision of an Asset Management Software Solution.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
NUTS code UKM34
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Information systems. Software implementation services. Software package and information systems. Database software package. GHA are looking to procure a Commercial off the Shelf asset management software solution. The primary focus of the solution will be the effective management of planned cyclical maintenance and servicing regimes, asbestos management, asset management, stock condition surveys, energy performance etc. However, capability must exist to conduct scenario planning, business planning, component accounting.
II.1.6)Common procurement vocabulary (CPV)
48810000, 72263000, 48000000, 48611000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
GHA are looking to procure a Commercial off the Shelf asset management software solution. The primary focus of the solution will be the effective management of planned cyclical maintenance and servicing regimes, asbestos management, asset management, stock condition surveys, energy performance etc. However, capability must exist to conduct scenario planning, business planning, component accounting.
Estimated value excluding VAT: 200 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability. If a successful economic operator is a consortium, the contracting authority shall require each consortium member to be joint and severally liable for all obligations under the contract.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Details will be set out in the Pre-Qualification documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Details will be set out in the Pre-Qualification documentation.
Minimum level(s) of standards possibly required: Details will be set out in the Pre-Qualification documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Details will be set out in the Pre-Qualification documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: Market testing has already been conducted by GHA and as such we believe that there are numerous asset management solutions available, however GHA are looking for providers who have relevant experience of implementing and interfacing with housing management systems.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
C433
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 19.1.2012 – 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.1.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
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. GO Reference: GO-2011122-PRO-2782307.
All documentation must be completed and submitted electronically using the Delta eSourcing web portal. To acess the documents you will need to register your cpmpany details with Delta-ETS and thsi can be done via the following link
https://delta-ets.com On registering you will be issued with a user name and password. You will need these together with the following tender access code Q3NH4ZC5J8 to download the relevant documentation. The documentation must be completed strictly in accordance with the instructions therein and must be submitted no later than 20.1.2012 at 12:00 noon. Please ensure that you allow yourself adequate time (at least 2 hours) to upload your documents when responding to this invitation. Late offers will not be considered. If you experience any technical difficulties with the system please contact the Delta helpdesk on +44 8452707050 or e-mail
helpdesk@delta-esourcing.com GO Reference: GO-2011122-PRO-2782311.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:2.12.2011