Supply Early Years Management Information System
Contract for the Supply and Implementation of an Education and Early Years Management Information System.
United Kingdom-Durham: IT services: consulting, software development, Internet and support
2015/S 225-409792
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: Susan Kitching
DH1 5UL Durham
UNITED KINGDOM
E-mail: susan.kitching@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: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
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: The Council has undertaken a commitment to ensure wider social and community benefits are achieved in the course of all its 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 undergo a financial assessment as set out in the tender documents available from the NEPO portal as detailed in section V1.3.
III.2.3)Technical capacity
In accordance with article 58 of Directive 2014/24/EU and Regulation 58 of the Public Contracts Regulations 2015 and as set in the tender documents available from the NEPO portal as detailed in section V1.3.
Minimum level(s) of standards possibly required:
Bidders must successfully pass Parts A-F of the tender documents in line with the evaluation criteria set out in the tender documents in order to have their responses to the Technical Questions in Part G of ITT Document 3 — Tender evaluated. Parts A-F include financial assessment; grounds
for exclusion; Insurance; health and safety, equality and diversity and essential criteria.
Section IV: Procedure
IV.1.1)Type of procedure
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 A4CB-Q33C1C.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: