UK-Bromsgrove: miscellaneous software package and computer systems
Worcestershire Regulatory Services (WRS) hosted by Bromsgrove District Council.
2012/S 23-037676
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Worcestershire Regulatory Services (WRS) hosted by Bromsgrove District Council
The Council House, Burcot Lane
Contact point(s): Martin Thomas
B60 1AA Bromsgrove
UNITED KINGDOM
Telephone: +44 7899904237
E-mail: m.thomas@worcsregservices.gov.uk
Internet address(es):
General address of the contracting authority: http://www.bromsgrove.gov.uk
Address of the buyer profile: http://www.worcsregservices.gov.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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Worcestershire County Council
County Hall, Spetchley Road
WR5 2NP Worcester
UNITED KINGDOM
Wychavon District Council
Civic Centre, Queen Elizabeth Drive
WR10 1PT Pershore
UNITED KINGDOM
Worcester City Council
Orchard House Complex Farrier Street
WR1 3BB Worcester
UNITED KINGDOM
Bromsgrove District Council
The Council House, Burcot Lane
B60 1AA Bromsgrove
UNITED KINGDOM
Redditch Borough Council
The Town Hall, Walter Stranz Square
B98 8AH Redditch
UNITED KINGDOM
Wyre Forest District Council
Kidderminster Town Hall, Vicar Street
DY10 1DB Kidderminster
UNITED KINGDOM
Malvern Hills District Council
Council House Avenue Road
WR14 3AF Malvern
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
UK-Worcester: regulatory services ICT solution for Worcestershire regulatory services (WRS) hosted by Bromsgrove District Council.
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
NUTS code UKG
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)
Miscellaneous software package and computer systems. Software-related services. Software implementation services. Software configuration services. Software maintenance and repair services. Data conversion services. Software integration consultancy services. Project management consultancy services. Software testing. Help-desk and support services. Software consultancy services. Servers. Worcestershire regulatory services hosted by Bromsgrove District Council is seeking expressions of interest from suitably qualified and experienced Contractor to provide an environmental health, licensing and trading standards system. The works to be covered by the contract will comprise the following items:
— The supply, configuration, testing, installation, data migration, system integration, & interface development, commissioning, training, documentation and support & maintenance for the system including hardware and software, to enable the Worcestershire Regulatory Services to meet all its statutory obligations,
— The solution should provide workflow, EDMS, integrated GIS, self service and mobile working capabilities as described in the specification contained in the ITT.
The County of Worcestershire.
Named authorities to use this arrangement are: Worcestershire County, Bromsgrove, Redditch, Wyre Forest, Wychavon, Malvern Hills and Worcester City. However, this arrangement is open and available for all West Midlands (listed on the IEWM Map –
http://hub.westmidlandsiep.gov.uk/cncil.asp?PageRef=59) authorities.
II.1.6)Common procurement vocabulary (CPV)
48900000, 72260000, 72263000, 72265000, 72267000, 72311100, 72227000, 72224000, 72254000, 72253000, 72266000, 48820000
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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 400 000 and 600 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 3.9.2012. Completion 31.3.2013
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A performance bond or parent company guarantee may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The Contracting Authority will consider novel and innovative technical and financial solutions that meet its requirement. Tenders must be priced in pounds sterling and all payments under the contract shall be made in pounds sterling.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If awarded to a group of economic operators acting as a consortium, then the lead member of the consortium will be expected to act as prime contractor with appropriate sub-contracting arrangements.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The applicable terms will be set out in the contract document that accompanies the invitation to tender (ITT).
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: Evidence of economic and financial standing and technical competence will be required as defined in pre-qualification questionnaire (PQQ).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Evidence of economic and financial standing and technical competence will be required as defined in pre-qualification questionnaire (PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Evidence of economic and financial standing and technical competence will be required as defined in pre-qualification questionnaire (PQQ).
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: yes
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 minimum number 3: and maximum number 6
Objective criteria for choosing the limited number of candidates: Evidence of economic and financial standing and technical competence will be required as defined in pre-qualification questionnaire (PQQ). There will be some pass/fail criteria contained within the PQQ. Candidates who do not demonstrate compliance with any of the pass/fail criteria will be excluded from the procurement exercise. Based on weighted criteria, which will be contained in the PQQ, the Contracting Authority will select a maximum of 6 potential providers who will be taken through to the ITT stage.
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:
WRS/ICT/12001
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
16.3.2012 – 17:00
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
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32 (information about contract award procedures and the application of standstill period prior to contract award) and Regulation 47 (enforcement of obligations) of the UK’s Public Contracts Regulations 2006 as amended by the Public Contracts (Amendment) Regulations 2009.
VI.4.3)Service from which information about the lodging of appeals may be obtained