Tender for Property Management Software and Services
Provision, Development and Implementation of Bespoke Facilities and Property Management Service Integration Software and Support Services.
United Kingdom-Worcester: Facilities management software package and software package suite
2016/S 115-205124
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Place Partnership Limited
For the attention of: Kim James
WR5 1JR Worcester
United Kingdom
Telephone: +44 7734777326
E-mail: placeojeu@placepartnership.co.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
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Worcester.
NUTS code UKG12
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
48420000, 72212421
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.2.1)Total quantity or scope:
The successful tenderer will undertake the development, implementation, training and ongoing technical support of a bespoke system that can meet the needs of the challenging environment of a progressive property facilities management company.
The system must meet the exacting standards required not only by Place Partnership but also by our commissioning authorities.
System Modules to include:
Scheduling & Workforce Management.
Helpdesk Contact Centre.
Self-logging — Customer Portal.
Supply Chain Management (Direct and Indirect).
Compliance Management.
Data Analysis.
Energy Management.
Forward Maintenance Planning.
Facet Survey Management and Interface.
Ongoing technical support initially for 12 months then to be reviewed.
It is an essential requirement that all staff engaged on this contract are security vetted and cleared to Non Police Personnel Vetting Level 2. (NPPV L2)
The NNPV process will be carried out by the Force Vetting Unit of Warwickshire Police.
Non-vetted personnel will not be allowed to access any data.
The successful supplier will be expected to have submitted the appropriate number of completed NPPV forms prior to the start date of the contract.
The contract is to go live 3 January 2017. Further instructions and requirements are as detailed within the PQQ.
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
Description of particular conditions: Vetting.
It is an essential requirement that all staff engaged on this contract are security vetted and cleared to Non Police Personnel Vetting Level 2. (NPPV L2)
The NNPV process will be carried out by the Force Vetting Unit of Warwickshire Police.
Non-vetted personnel will not be allowed to access any data.
The successful supplier will be expected to have submitted the appropriate number of completed NPPV forms prior to the start date of the contract.
Important Information
OJEU — The tender process will be carried out as a Competitive Procedure with Negotiation following the PQQ evaluation the Regulations specify that in the case of a competitive with negotiation procedure, a minimum of 3 tenderers is prescribed.
The criteria for assessing the weighting of the questionnaire is attached as appendix A of the documentation.
The specifications contained within Appendix B Service Integration Model — Facilities Management Requirements lay down the characteristics required of the service, the design, quality assurance and implementation
Shortlisting.
The Contracting Authority will limit the number of candidates meeting the selection criteria to 3.
Contractor’s PQQs will be assessed on their economic and financial standing as well as their technical capacity and ability.
Financial Standing: Place Partnership will commission a Dunn and Bradstreet report on the contractor and will base the Pass / Fail (Mandatory) on the D&B® Risk Assessment.
All contractors completing a PQQ will be advised of the reasons to why they have not been selected.
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
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 Contracting Authority will limit the number of candidates meeting the selection criteria to 3. Contractor’s PQQs will be assessed on their economic and financial standing as well as their technical capacity and ability. Financial Standing: Place Partnership will commission a Dunn and Bradstreet report on the contractor and will base the Pass / Fail (Mandatory) on the D&B® Risk Assessment. All contractors completing a PQQ will be advised of the reasons to why they have not been selected.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality and Technical Assessment.. Weighting 70
2. Contract Price.. Weighting 30
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
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
The criteria for assessing the weighting of the questionnaire is attached as appendix A of the documentation.
The specifications contained within Appendix B Service Integration Model — Facilities Management Requirements lay down the characteristics required of the service, the design, quality assurance and implementation
The Contracting Authority may award the contract based on the initial tenders without Negotiation
Following the conclusion of Negotiations the Contracting Authority will inform all tenders of any changes to the technical specifications or other procurement documents, other than those setting out the minimum requirements, following any such changes tenderers will have 10 days to modify and re-submit amended tenders as appropriate.
In accordance with regulation 212 the Contracting Authority will not reveal to any other tenderer confidential information communicated by a candidate or tenderer participating in the negotiations without its agreement.
Contractors wishing to be considered for inclusion in the tender process must first complete and return a Pre-Qualification Questionnaire by the date and time in para IV.3.4) The Questionnaire and supporting documentation can be obtained from Worcestershire County Council e-Tendering Portal located on the website (www.worcestershire.gov.uk/tendering). Contractors must be registered on the Worcestershire County Council tendering portal in order to access documents. Once logged in, the documents referring to this particular contract can be located under ICT. The information in the Questionnaire includes instructions and shall form the basis for the selection of service providers to be invited to tender.
VI.4.1)Body responsible for appeal procedures
Royal Court of Justice
Strand
WC2A 2LL London
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Supply Business Continuity Management Software
Supply Social Work Practice Software
National Framework for Early Payment Scheme