Framework Agreement for Customer Web Portal Service
The Framework Agreement will run for a period of four years from the estimated date of 1.4.2013 and be made available for other London Borough Councils to call-off their requirements.
UK-London: custom software development services
2012/S 199-327655
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Wandsworth Borough Council
Administration Department, The Town Hall, Fairfield Annexe
For the attention of: Robert Clark
SW18 2PU London
UNITED KINGDOM
Telephone: +44 2088716788
E-mail: rclark@wandsworth.gov.uk
Internet address(es):
Address of the buyer profile: www.wandsworth.gov.uk
Electronic submission of tenders and requests to participate: www.procure4london.com
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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
London Borough of Barking and Dagenham
Civic Centre, Rainham Road North
RM10 7BN Dagenham
UNITED KINGDOM
London Borough of Barnet
North London Business Park, Oakleigh Road South
N11 1NP Barnet
UNITED KINGDOM
London Borough of Bexley
Civic Offices, Broadway
DA6 7LB Bexleyheath
UNITED KINGDOM
London Borough of Brent
Brent Town Hall, Forty Lane
HA9 9HD Wembley
UNITED KINGDOM
London Borough of Bromley
Civic Centre, Stockwell Close
BR1 3UH Bromley
UNITED KINGDOM
London Borough of Camden
Camden Town Hall, Judd Street
WC1H 9JE Camden
UNITED KINGDOM
London Borough of Croydon
Taberner House, Park Lane
CR9 3JS Croydon
UNITED KINGDOM
London Borough of Ealing
Perceval House, 14-16 Uxbridge Road
W5 2HL Ealing
UNITED KINGDOM
London Borough of Enfield
Civic Centre, Silver Street
EN1 3XY Enfield
UNITED KINGDOM
London Borough of Greenwich
Town Hall, Wellington Street
SE18 6PW Woolwich
UNITED KINGDOM
London Borough of Hackney
Town Hall, Mare Street
E8 1EA Hackney
UNITED KINGDOM
London Borough of Hammersmith and Fulham
Town Hall, King Street
W6 9JU Hammersmith
UNITED KINGDOM
London Borough of Haringey
River Park House, 225 High Road
N22 8HQ Wood Green
UNITED KINGDOM
London Borough of Harrow
Civic Centre, Station Road
HA1 2XF Harrow
UNITED KINGDOM
London Borough of Havering
Town Hall, Main Road
RM1 3BB Romford
UNITED KINGDOM
London Borough of Hillingdon
Civic Centre, High Street
UB8 1UW Uxbridge
UNITED KINGDOM
London Borough of Hounslow
Civic Centre, Lampton Road
TW3 4DN Hounslow
UNITED KINGDOM
London Borough of Islington
222 Upper Street
N1 1XR Islington
UNITED KINGDOM
London Borough of Lambeth
Town Hall, Brixton Hill
SW2 1RW London
UNITED KINGDOM
London Borough of Lewisham
Town Hall
SE6 4RU Catford
UNITED KINGDOM
London Borough of Merton
Merton Civic Centre, London Road
SM4 5DX Morden
UNITED KINGDOM
London Borough of Newham
Newham Dockside, 1000 Dockside Road
E16 2QU London
UNITED KINGDOM
London Borough of Redbridge
PO Box 2, Town Hall, 128-142 High Road
IG1 1DD Ilford
UNITED KINGDOM
London Borough of Richmond upon Thames
Civic Centre, 44 York Street
TW1 3BZ Twickenham
UNITED KINGDOM
London Borough of Southwark
106 Tooley Street
SE1 2QH London
UNITED KINGDOM
London Borough of Sutton
Civic Offices, St Nicholas Way
SM1 1EA Sutton
UNITED KINGDOM
London Borough of Tower Hamlets
Town Hall, Mulberry Place, 5 Clove Crescent
E14 2BG London
UNITED KINGDOM
London Borough of Waltham forest
Town Hall, Forest Road
E17 4JF Walthamstow
UNITED KINGDOM
Royal Borough of Kensington and Chelsea
Town Hall, Hornton Street
W8 7NX Kensington
UNITED KINGDOM
Royal Borough of KIngston upon Thames
Guildhall, High Street
KT1 1EU Kingston upon Thames
UNITED KINGDOM
Westminster City Council
Westminster City Hall, 64 Victoria Street
SW1E 6QP Westminster
UNITED KINGDOM
City of London Corporation
PO Box 270, Guildhall
EC2P 2EJ London
UNITED KINGDOM
Section II: Object of the contract
Service category No 7: Computer and related services
NUTS code UKI11
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 60 000 and 1 920 000 GBP
72230000
Section III: Legal, economic, financial and technical information
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Selection for inclusion within the tender list will be based on responses provided within the PQQ including but not limited to the following criteria. For full details of the evaluation criteria please refer to the PQQ: -.
1. Evidence of economic and financial standing in respect of viability to perform the contract requirements as detailed within the PQQ;
2. Evidence of the following insurance level: Public Liability to a minimum of 5 000 000 GBP (five million pounds) per occurrence, Employers Liability to a minimum of 10 000 000 GBP (ten million pounds) and Professional Indemnity to a minimum of 5,000,000GBP (five million pounds) or a statement that these will be obtained if awarded the contract;
3. Evidence of Technical and Professional Capacity and Ability, including:
a. Satisfactory evidence of experience of at least three examples of delivering similar contracts to the Council’s requirements in the previous 3 years;
b. Satisfactory evidence of the ability to deliver to the contract standard drawn from referees;
c. Satisfactory evidence of the professional and technical qualifications and experience of the individuals assigned to deliver the contract requirements;
4. Satisfactory evidence of that the organisation has the capacity to deliver the contract requirements;
5. Satisfactory evidence of a sound record of quality standards and sound policies including but not limited to health and safety, conflicts of interest, and equal opportunities;
6. Other criteria as listed in the PQQ.
It is intended to restrict the tender list to a maximum of six companies,. If more than six companies fulfil the criteria for selection, those scoring the highest number of points on the evaluation criteria will be invited to tender.
The most economically advantageous tender in terms of the criteria stated below
Price. Weighting 70
Quality Considerations. Weighting 30
Section VI: Complementary information
The information and/or documents for this opportunity are available on procure4london.com.
Suppliers must register on this site to respond, although those already registered will not need to register again and will be able to use their existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to Response Manager and add the following Access Code: ZT2FVJ3F9Z. Suppliers should then follow the on screen instructions.
The Procure4London Helpdesk can be contacted by emailing helpdesk@procure4london.com in the case of technical difficulties.
Completed PQQs, along with any supporting documentation must be submitted by 12 November 2012. Late submissions may not be considered.
Applicants are advised that references will be obtained in writing from three referees. It is the applicant’s responsibility to ensure that their referees respond within the time scale.
If you have any questions with regards to this opportunity, please use the message facility available via the Procure4London portal. GO Reference: GO-20121012-PRO-4314493.