Supply Enterprise Resource Planning (ERP) System
This contracts contains requirements relating to Community Fire safety (mandatory), Resource Management (mandatory), Generic (mandatory), Asset Management (optional) and HR (optional).
United Kingdom-Aylesbury: Software package and information systems
2015/S 238-432672
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Buckinghamshire and Milton Keynes Fire Authority
Brigade Headquarters Stocklake
Contact point(s): Buckinghamshire and Milton Keyes Fire and Rescue Service
For the attention of: Jarvis Osborne — Procurement Officer
HP20 1DS Aylesbury
UNITED KINGDOM
Telephone: +44 1296744400
E-mail: procurement@bucksfire.gov.uk
Further information can be obtained from: Contracts Finder
UNITED KINGDOM
Internet address: https://www.contractsfinder.service.gov.uk/Search
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Contracts Finder
Internet address: https://www.contractsfinder.service.gov.uk/Search
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
Service category No 7: Computer and related services
NUTS code UKJ
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)
48000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 275 000 and 725 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.2)Economic and financial ability
a) Conspiracy within the meaning of Section 1 or 1A of the Criminal Law Act 1977 or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983;
b) Corruption within the meaning of section 1 (2) of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906; where the offence relates to active corruption;
c) The offence of Bribery, where the offence relates to active corruption;
d) Bribery within the meaning of section 1 or 6 of the Bribery Act 2010;
e) Fraud, where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities within the meaning of:
(i) the offence of cheating the Revenue;
(ii) the offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968 and the Theft Act 1978;
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985 or section 993 of the Companies Act 2006;
(v) defrauding the Customs within the meaning of the Customs and Excise Management Act 1979 and the Value Added Tax Act 1994;
(vi) an offence in connection with taxation in the European Community within the meaning of section 71 of the Criminal Justice Act 1993; or
(vii) destroying, defacing or concealing of documents or procuring the extension of a valuable security within the meaning of section 20 of the Theft Act 1968;
f) money laundering within the meaning of the Money Laundering Regulations 2003 or Money Laundering Regulations 2007; or
g) any other offence within the meaning of Article 45(1) of Directive 2004/18/EC as defined by the national law of any relevant State.
III.2.3)Technical capacity
Tenderers must be capable of undertaking the specification requirements.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Buckinghamshire and Milton Keynes Fire Authority
UNITED KINGDOM
Body responsible for mediation procedures
Buckinghamshire and Milton Keynes Fire Authority
UNITED KINGDOM
VI.4.2)Lodging of appeals
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)’.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Buckinghamshire and Milton Keynes Fire Authority
UNITED KINGDOM
VI.5)Date of dispatch of this notice: