Portsmouth City Council is seeking to procure a contract for the replacement of Portmaster software, along with an associated maintenance.
United Kingdom-Portsmouth: Industry specific software package
2016/S 050-082104
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Procurement Service, Floor 4 Core 3/4, Civic Office, Guildhall Square
Portsmouth
PO1 2BJ
UNITED KINGDOM
Contact person: Procurement Service
Telephone: +44 2392688235
E-mail: procurement@portsmouthcc.gov.uk
NUTS code: UKJ31Internet address(es):Main address: https://www.portsmouth.gov.uk/ext/business/business.aspx
Address of the buyer profile: https://www.portsmouth.gov.uk/ext/business/business.aspx
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Portmaster Software (Ships Services and Operational Costs).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Portsmouth City Council (the Council) is seeking to procure a contract for the replacement of Portmaster software, along with an associated maintenance/support contract for Portsmouth International Port.
The Council is looking to award a contract for the replacement system along with an associated maintenance/support contract for an initial 5 year period with option to extend in increments to be agreed, subject to agreement and performance of both parties, to a maximum term of 8 years.
The Council is targeting to have awarded the contract by 20.10.2016 with a subsequent commencement date of 1.12.2016.
Tender documentation can be accessed via the Council’s e-sourcing system In-Tend at the following web address:https://in-tendhost.co.uk/portsmouthcc/aspx/home
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
II.2.4)Description of the procurement:
The current Portmaster system is a bespoke system written for Portsmouth International Port in the early 1990’s.
Portsmouth International Port is now looking to replace the Ship Movements and Operational Costs areas of the system with a new system which will need to perform a similar function but also have some additional functionality. Please note that this project does not include any freight elements.
Ship Movements captures activity associated with the movement of ships such as: ship details, berthing services, pilotage and movement details. However the system is not required to be a full vessel tracking system (VTS) and does not hold records of movements for such vessels as Isle of Wight Ferries, Gosport Ferries or any naval movements or naval berths.
Operational Costs captures data to allow the export of sales orders to the Port’s separate finance system, along with associated reporting and maintenance.
The system is used by up to approximately 20 concurrent users.
The Council is looking to award a contract for the replacement of these areas of the system along with an associated maintenance/support contract for a 5 year period with option to extend in increments to be agreed, subject to agreement and performance of both parties, to a maximum term of 8 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As defined within the pre-qualification documentation which can be obtained via https://in-tendhost.co.uk/portsmouthcc/
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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
As defined within the pre-qualification documentation which can be obtained via https://in-tendhost.co.uk/portsmouthcc/
III.1.2)Economic and financial standing
As defined within the pre-qualification documentation which can be obtained via https://in-tendhost.co.uk/portsmouthcc/
III.1.3)Technical and professional ability
As defined within the pre-qualification documentation which can be obtained via https://in-tendhost.co.uk/portsmouthcc/
III.2.2)Contract performance conditions:
As defined within the pre-qualification documentation which can be obtained via https://in-tendhost.co.uk/portsmouthcc/
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
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:
Section VI: Complementary information
VI.1)Information about recurrence
April 2021.
VI.4.1)Review body
The Strand
London
WC2A 2LL
UNITED KINGDOM
Telephone: +44 2079476000Internet address:https://www.justice.gov.uk/
VI.5)Date of dispatch of this notice: