Supply Database Management System to Hertfordshire County Council
Hertfordshire County Council is currently out to procurement for the provision of a Database Management System for Hertfordshire Regulatory Services.
United Kingdom-Hertford: Software package and information systems
2019/S 139-341722
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Pegs Lane
Hertford
SG138DE
United Kingdom
Contact person: Anita Shipman
Telephone: +44 1707292601
E-mail: anita.shipman@hertfordshire.gov.uk
NUTS code: UKH23
Address of the buyer profile: www.supplyhertfordshire.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
HCC July 2019 — The Provision of a Database for Hertfordshire Regulatory Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Hertfordshire County Council (the ‘Council’) is currently out to procurement for the provision of a Database Management System for Hertfordshire Regulatory Services. Further information in regards to this opportunity can be found in II.2.4) Description of the procurement field (OJEU Contract Notice refers).
Organisations wishing to take part in this project are invited to ‘express interest’ which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information.
Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hertfordshire County Council Regulatory Services (RS) is made up of the Trading Standards (TS) and Fire Safety (FS) teams with approximately 70 staff across both teams. TS are responsible for a wide range of legislation governing products and services that consumers buy, provide advice and guidance to businesses, undertake inspections, test and sample products and services, manage fireworks licensing, investigate consumer complaints and where necessary prosecute those who break the law. FP are responsible for enforcing fire safety through a risk based inspection and enforcement regime to ensure compliance with statutory requirements, FP also advise businesses on how to reduce the risk from fire, administer licensing of premises for petroleum, carry out investigations and where necessary prosecute those who break the law.
The RS department requires an IT solution to record, maintain and report the work of our teams’ activities. The solution should include a testing and training area, have mobile device capability, be fully integrated, reliable, efficient and meet the current and future needs of the Council. It should be able to manage a prosecutions and investigations process, there should be an active user group for the system with a representative number of members, all users at all levels must be appropriately trained by go live date of 1.4.2020. RS require all data from our current database to be migrated into the new system and the council would require details of upgrades to demonstrate continuous development of the system including changes to legislation where necessary.
Full details are in the tender documentation.
The maximum total value of the Contract is stated in II.1.5) of this notice and is for the initial term inclusive of the approximate value for extensions.
The Contract will be awarded for an initial term of 3 years, with the option to extend the Contract up to 2 further years.
Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will be reviewed at the end of the contract period.
II.2.10)Information about variants
II.2.11)Information about options
There is the option to extend the contract for a period of up to 2 years.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.
To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council’s procurement documents are available within the e-Tendering system.
This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.
If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.com or Telephone: +441144070065 for any website/technical questions, Monday to Friday, 8:30-17:30.
The Council reserves the right at any time to cease the procurement process and not award a contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.
The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council’s obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.
The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council’s requirements and remain financially viable to fulfil the requirements under the contract.
VI.4.1)Review body
Royal Court of Justice, The Strand
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice, The Strand
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
The Contracting Authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.
VI.4.4)Service from which information about the review procedure may be obtained
Hertfordshire County Council, Pegs Lane
Hertford
SG13 8DE
United Kingdom
VI.5)Date of dispatch of this notice: