Tender for Computer Aided Facilities Management Software
The City of London Corporation is looking to tender for the provision of a Computer Aided Facilities Management Software as a Software as a Service.
United Kingdom-London: Facilities management software package and software package suite
2020/S 233-576558
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: City of London Corporation, Guildhall, PO Box 270
Town: London
NUTS code: UKI LONDON
Postal code: EC2P 2EJ
Country: United Kingdom
Contact person: Loredana Sandu, Category Manager, City Procurement
E-mail: Loredana.Sandu@cityoflondon.gov.uk
Telephone: +44 2076063030
Internet address(es):
Main address: https://www.cityoflondon.gov.uk
Address of the buyer profile: https://www.capitalesourcing.com
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Computer Aided Facilities Management Software (CAFM)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The City of London Corporation (the ‘City’) is looking to tender for the provision of a Computer Aided Facilities Management Software (CAFM) as a Software as a Service (SaaS).
Further information for this opportunity can be found in section II.2.4) Description of this notice.
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:
The City of London Corporation (the ‘City’) is looking to tender for the provision of a Computer Aided Facilities Management Software (CAFM) as a Software as a Service (SaaS).
The duration of the contract is 60 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 60 further months on a year by year basis. The maximum length of the contract is therefore 120 months.
The estimated total value of the contract is stated in II.1.5) of this notice and is for the entire duration, including all the optional extensions, together with all potential future needs as described within ‘Schedule 1 — CAFM Specification’ document.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
The duration of the contract is 60 months, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 60 further months on a year by year basis. The maximum length of the contract is therefore 120 months.
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Please note that this procurement process is being undertaken using the electronic tendering system ‘Capital eSourcing’ (url: www.capitalesourcing.com).
Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below.
The procurement is being run as a two stage process under the restricted procedure and therefore, if your organisation would like to participate in this tender exercise, it can do so by completing and returning the Selection Questionnaire (SQ) which can be found on the City’s e-procurement portal at: www.capitalesourcing.com with the Reference number: prj_COL_17833.
Organisations must submit their completed Selection Questionnaire (SQ), together with any supporting documents, via the system by the return deadline of 12.00 noon on 30 December 2020 in order to participate and registration is free. Selection Questionnaire(s) cannot be uploaded after the return deadline.
The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Selection Questionnaire(s).
The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.
The procurement process that will apply to the requirement is specified in the procurement documents accordingly.
VI.4.1)Review body
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 20794760000
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 Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award an agreement 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 an agreement 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 agreement has been entered into the court has the options to award damages and/or to shorten or order the agreement ineffective.
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 20794760000
VI.5)Date of dispatch of this notice: