Supply and Implementation of a CRM System
This contract is for the supply and implementation of a Customer Relationship Management System ‘CRM system’ that is capable of integrating with other relevant systems within the organisation.
United Kingdom-Durham: IT services: consulting, software development, Internet and support
2015/S 115-208619
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Durham County Council
Corporate Procurement, County Hall
For the attention of: Kelly Stewart
DH1 5UL Durham
UNITED KINGDOM
E-mail: kstew@durham.gov.uk
Internet address(es):
General address of the contracting authority: http://www.durham.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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Main site or location of works, place of delivery or of performance: County Durham.
NUTS code UKC14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
72000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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:
III.1.4)Other particular conditions
Description of particular conditions: Description of particular conditions: The Council has undertaken a commitment to ensure wider social and community benefits are achieved in the course of all it’s commissioning and procurement activities. In accordance with this, Bidders may be required to work with the Council towards achieving such aims.
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
Minimum level(s) of standards possibly required: 1. Public Liability 5 000 000 GBP;
2. Employers Liability 10 000 000 GBP; and
3. Professional Indemnity 5 000 000 GBP.
Applicants must have a minimum annual turnover of 2 000 000 GBP. Applicants will undergo a further credit assessment (full details are included in the PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: In accordance with article 58 of Directive 2014/24/EU and Regulation 58 of the Public Contracts Regulations 2015 and as set in the pre-qualification questionnaire (PQQ) available from the NEPO portal as detailed in section VI.3.
Minimum level(s) of standards possibly required:
Bidders must successfully pass Parts A-F of the PQQ (in line with the evaluation criteria set out in the PQQ documents) to have their responses to the Technical Questions in Part G of the PQQ evaluated.
Parts A-F include financial assessment; grounds for exclusion; Insurance; health and safety, equality and diversity and essential criteria.
The Council intends to invite a maximum of 8 bidders to tender on condition that each of the 8 bidders pass sections A-F and achieve a final minimum score of 50 % or more in Section G (Technical Questions).
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The Council intends to invite the 8 highest scoring bidding organisations to tender, subject to having also passed sections A-F and achieved a minimum weighted score of 50 % for section G.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Please note this Tender is being advertised on Durham County Council’s E-tendering system. Organisations can register electronically for the documents via http://www.nepoportal.org/ Then access the supplier’s area, select Durham and input 9X7E-B6EUDL. The PQQ documents are available to download from the Nepo Portal System until 3.7.2015 at 16:00 hours.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: