Provision of a Retail Management System for the House of Commons
Parliamentary ICT (PICT) – ‘The Authority’ – on behalf of the House of Commons invites you to submit a tender for the supply, implementation and support of a Retail Management System as specified in the Statement of Requirements.
United Kingdom-London: Software package and information systems
2013/S 230-399501
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The House of Commons
14 Tothill Street
Contact point(s): https://in-tendhost.co.uk/parliamentuk/aspx/Home
For the attention of: Business Support Team
SW1H 9NB London
UNITED KINGDOM
Telephone: +44 2072191600
E-mail: csd@parliament.uk
Fax: +44 2072191600
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/parliamentuk/aspx/Home
Address of the buyer profile: https://in-tendhost.co.uk/parliamentuk/aspx/Home
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
I.3)Main activity
Other: UK Parliament
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:
PI1300388 – Provision of a Retail Management System for the House of Commons.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
NUTS code UKI
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)
Parliamentary ICT (PICT) – ‘The Authority’ – on behalf of the House of Commons invites you to submit a tender for the supply, implementation and support of a Retail Management System as specified in the Statement of Requirements.
Please note your completed tender to be submitted via our In-Tend procurement portal, to be received no later than 14:00 pm 8.1.2014.
II.1.6)Common procurement vocabulary (CPV)
48000000, 48219300, 79211120, 48100000, 79991000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
Estimated value excluding VAT:
Range: between 140 000 and 160 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
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:
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.
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
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Copies of full audited accounts, or other equivalent documentation independently certified, for the previous 2 financial years. Details of annual turnover in respect of similar services. Details of parent company(s) and of other companies in the group.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
If you are experiencing problems, then please contact the In-Tend helpdesk via email:
support@in-tend.com or call +44 8442728810 for further assistance. Please ensure that you allow yourself plenty of time when responding to this invitation to tender prior to the closing date as in in IV.3.4. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application like WinZip or WinRar.
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
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
PI1300388
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
8.1.2014
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 of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
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 contract will be considered as a contract made in accordance with the law of England and Wales and subject to the jurisdiction of the courts of England and Wales. The House of Lords and the House of Commons are Public Authorities within the meaning of the Freedom of Information Act 2000 and all correspondence received will be dealt with in accordance with the Act. The Employer does not bind himself to accept the lowest, or any, tender submitted. Short-listed tenderers will be subject to further evaluation which may include tender presentation.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Department of Finance, House of Commons
14 Tothilll Street
SW1H 9NB London
E-mail: csd@parliament.uk
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:25.11.2013