Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Police and Crime Commissioner for Devon and Cornwall
Endeavour House, Woodwater Park, Pynes Hill
For the attention of: Stuart Jose
EX2 5WH Exeter
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting authority: http://www.devonandcornwall-pcc.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 authorityBody governed by public law
I.3)Main activityPublic order and safety
I.4)Contract award on behalf of other contracting authoritiesThe 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:Framework agreement for the supply of an e-Sourcing solution.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: N/A.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 5 000 000 EUR
II.1.5)Short description of the contract or purchase(s)The requirement is for a comprehensive and fully integrated eSourcing solution (eSS) to be available for use by all UK Police and Fire and Rescue Services as listed within the Invitation to Tender (ITT) document, that will support the complete procurement process including the exchange of all relevant documents in electronic format across the full tendering lifecycle, from pre-tendering activity such as pre-market engagement, through advertising of the requirement to evaluation and contract award.
The system should be capable of carrying out all types of public sector procurement processes, from simple lower value quotations and tenders, to more complex higher value tenders using the open, restricted procedure and competitive dialogue procedures, through to repetitive contracts such as Framework Agreements and dynamic purchasing systems. All functionality supported must be in line with all applicable EU legislation (e.g. Directives 2004/17/EC and 2004/18/EC). Some or all of these functions will be used dependant on the value and nature of the business requirement.
The solution provider must provide a full and comprehensive range of professional services to ensure the successful continuation and use of their solution throughout the life of the contract. The services offered should include a range of service packages, implementation support, ongoing product development, hosting, support and maintenance, technical and consultation services.
II.1.6)Common procurement vocabulary (CPV)48000000, 48470000, 48490000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:As detailed in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:As detailed in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:As detailed in the tender documents.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in the tender documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in the tender document.
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 procedureOpen
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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:22F
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 21.11.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate22.11.2013 - 12:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 22.11.2013 - 12:00
Place:
Office of the Police and Crime Commissioner Devon and Cornwall.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationTo register an interest in this contract opportunity and to obtain the relevant tender documentation, please email .
All clarifications queries must be emailed to .
Please do not email the completed tender documents, all completed tenders MUST be returned by recorded delivery to the Office of the Police and Crime Commissioner, Devon and Cornwall, at the address listed on the ITT document. The submission must include one bound paper copy and one electronic copy (MicrosoftWord or compatible format only) provided on a CD-ROM.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:8.10.2013