Section I: Contracting entity
I.1)Name, addresses and contact point(s)
SSE Plc and other below as listed in VI.3
Inveralmond House, 200 Dunkeld Road
For the attention of: Kirsty Curry
PH1 3AQ Perth
UNITED KINGDOM
Telephone: +44 1738513646
E-mail: procurement@sse.com
Fax: +44 1738513646
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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)Main activity
Production, transport and distribution of gas and heat
Electricity
Water
Port-related activities
Airport-related activities
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: yes
The Utility organisations referred to in section II.3 are as follows:
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Provision and operation of supplier qualification database and other services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: United Kingdom
NUTS code UK
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):
The contract is for the provision of a managed service including an IT system to collect information from suppliers, validate the information and make the data available to buyers.
The information collection and dissemination process must be compliant with EU Procurement Rules as the data is used by a number of utility companies as the first stage qualification system.
Any supplier registering will be available to view by the buying community but the system does not guarantee any business to any particular supplier.
The service provider must be able to provide additional services including on-site Safety, Health, Environment and Quality audits and EU Procurement legislation advisory services.
Additional features of the system must include the ability for each utility to ask additional contract/project specific information from one or more suppliers, bespoke buyer front end for suppliers to register and an advertising platform for call for competition notices, award notices etc.
II.1.6)Common procurement vocabulary (CPV)
72300000, 79418000, 79140000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about 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:
The contract is to manage supplier information for more than 30 utility companies based in the UK and to manage the data of approximately 4000 – 5000 suppliers. The information provided by suppliers needs to be kept up to date and validated on a regular basis.
The funding of the contract is via a concession awarded to the service provider by the utility companies.
II.2.2)Information about options
Options: yes
Description of these options: five (5) year contract with the option of two (2) further one (1) year extensions
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
To be defined in the Pre-Qualification Questionnaire and is available from the address set out in 1 above.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be defined in the Pre-Qualification Questionnaire and is available from the address set out in 1 above.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
To be defined in the Pre-Qualification Questionnaire and is available from the address set out in 1 above.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
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: To be defined in the Pre-Qualification Questionnaire and is available from the address set out in 1 above.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: To be defined in the Pre-Qualification Questionnaire and is available from the address set out in 1 above.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: To be defined in the Pre-Qualification Questionnaire and is available from the address set out in 1 above.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
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 entity:
SSE13.0420
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: ..
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.6.2013 – 17:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 2018
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 utility companies have placed a voluntary notice to encourage transparency. This is a concession contract.
The Utility organisations referred to in section II.3 are as follows:
Affinity Water Limited, Anglian Water, Bristol Water, Canal & River Trust, Dwr Cymru Welsh Water, Easten Power Networks plc, London Power Networks plc, South Eastern Power Networks plc, UK Power Networks (IDNO) plc, UK Power Networks (Operations) Limited, EDF Energy plc, EDF Energy Nuclear Generations Ltd, Electricity North West, Mangox Ltd, Northern Irelands Electricity Ltd, Northern Powergrid Ltd, Northumbrian Water Ltd, Northern Gas Networks Ltd, Portsmouth Water Ltd, Scottish Water Business Stream Ltd, Severn Trent Water Ltd, South East Water Ltd, South Staffordshire Water, South West Water Ltd, SSE plc, SGN Ltd, Statoil, Wales & West Utilities Ltd.
Other utility companies may subsequently join in which case a specific advert will be published for them in the OJEU.
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:
17.6.2013