Housing Management System and Housing Asset Management System.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Cornwall Council
County Hall
For the attention of: Jeff Goostrey
TR1 3AY Truro
UNITED KINGDOM
Telephone: +44 1872322024
E-mail:
Fax: +44 1872323820

Internet address(es):

General address of the contracting authority: www.cornwall.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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Housing Management System and Housing Asset Management System.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Main site or location of works, place of delivery or of performance: Cornwall.

NUTS code UKK30

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Procurement and implementation of a Housing Management System and Housing Asset Management System.
II.1.6)Common procurement vocabulary (CPV)

48000000, 72000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Lot 1: Housing Management System including options for Housing Register and Choice Based Lettings and Homelessness and Housing Advice, Lot 2: Housing Asset Management System. Software, implementation and support for 10 years with options to extend support for up to 2 further years for Cornwall Housing Ltd.
Estimated value excluding VAT: 1 690 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: Options within Lot 1 for Housing Register Choice Based Lettings and Homelessness and Housing Advice systems.
Provisional timetable for recourse to these options:
in months: 6 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 120 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 120 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Housing Management System
1)Short description
Purchase, implementation and support for 10 years of Housing Management System, with options for Housing Register Choice Based Lettings and Homelessness and Housing Advice systems for Cornwall Housing Limited.
2)Common procurement vocabulary (CPV)

48000000, 72000000

3)Quantity or scope
Estimated value excluding VAT: 1 590 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 120 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Housing Asset Management System
1)Short description
Purchase, implementation and 10 years support of Housing Asset Management System for Cornwall Housing Limited.
2)Common procurement vocabulary (CPV)

48000000, 72000000

3)Quantity or scope
Estimated value excluding VAT: 100 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 120 (from the award of the contract)
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
No deposits will be required but where applicable the successful tenderer (or in the case of a consortium bid, each member of the consortium) may be required to provide a parent company guarantee or alternative performance bond.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
These conditions will be provided in the Invitation to Tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Contract will be subject to Cornwall Housign Limited Terms and Conditions of Contract.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Parties will be provided with detailed instructions concerning the information they must provide. The following minimum standards required which will be treated as pass or fail criteria to proceed to the evaluation stage:
- Compliance with EU Legislation - do any of the exclusionary conditions in the Public Contracts Regulations 2006 (SI 2006 No. 5) apply to your organisation?
- Insurance - the Supplier meets or exceeds our minimum required levels. It is acceptable to provide details of quotations to demonstrate that adequate insurance will in place if the Supplier is awarded the Contract. Insurance levels required:
-- Employers Liability (minimum 5 000 000 GBP cover),
-- Public Liability (minimum 5 000 000 GBP cover).
Economic operators subject to any of the following will not be considered where the said operator.
(a) is bankrupt or is being wound up, where their affairs are being administered by the court, where they have entered into an arrangement with creditors, where they have suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a final judgment in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which they are established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which they are established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 June 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
- Your organisation has an Equality & Diversity Policy that complies with statutory requirements in the UK (or equivalent policy where not subject to UK legislation).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Regulation 23 and 24 of the Public Contracts Regulations 2006 and as sent out in the ITT.
Minimum level(s) of standards possibly required: Do any of the exclusionary conditions in the Public Contracts Regulations 2006 (SI 2006 No. 5) apply to your organisation?
Insurance - the Supplier meets or exceeds our minimum required levels. It is acceptable to provide details of quotations to demonstrate that adequate insurance will in place if the Supplier is awarded the Contract. Insurance levels required:
- Employers Liability (minimum 5 000 000 GBP Cover),
- Public Liability (minimum 5 000 000 GBP cover).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Regulation 25 of the Public Contracts Regulations 2006 and as set out in the ITT.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CS/C 15/2012
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 2.11.2012 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
13.11.2012 - 15:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 13.11.2012 - 15:00

Place:

County Hall, Truro, Cornwall, TR1 3AY.

Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 10 years
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The date for return of tenderers proposals, conditions for opening tenders, evaluation process and evaluation.
Criteria will be detailed in the subsequent Invitation to Tender.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: At the point at which tenderers and candidates are notified of the contract award decision a minimum 10 calendar day standstill period will apply during which the unsuccessful tenderers and candidates will have the opportunity to appeal against the decision to award before the contract is concluded.
If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or believe they are 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 may take the form of an application for an order to set aside the award decision, suspend the procedure or amend a document, or if the contract has been entered into a claim for a declaration of contract ineffectiveness and/or a claim for damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
21.9.2012