Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)London Borough of Enfield
Civic Centre, Silver Street
Contact point(s): Mr Russell Hart
For the attention of: Mr Russell Hart
EN1 3XA Enfield
UNITED KINGDOM
Telephone: +44 2083791000
E-mail:
Internet address(es):
General address of the contracting authority: www.enfield.gov.uk
Address of the buyer profile: www.londontenders.org
Further information can be obtained from: London Tenders Portal
www.londontenders.org
Internet address: www.londontenders.org
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Tenders Portal
www.londontenders.org
Internet address: www.londontenders.org
Tenders or requests to participate must be sent to: London Tenders Portal
www.londontenders.org
Internet address: www.londontenders.org
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
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:
Waste ICT Solution comprising routing optimisation, waste management and integrated performance management IT systems.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKI21
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)
The Council will contract for a 3 year period with the option to extend for a further two years in 12 monthly increments subject to the agreement of both parties.
Our Vision:
The London Borough of Enfield is looking to procure an ICT system that will enable Waste Operations to deliver highly competitive and productive services that will continue to improve and develop on a long term basis.
The Council is looking for opportunities to maximise income, simplify the service and reduce cost through improved Management Information, technology enablers, provision of reliable, good quality, timely, and easy to access, data. It is important that this system not only pays for itself but saves money for our services.
The Council requires live data integration between key systems enabling the residents and OSC (Operational Service Centre) Advisors ability to access up to date information and evidence needed to address and conclude customer contact.
In essence, the system will enable waste services to deliver The London Borough of Enfield's new operating principles of:
- Do it once;
- Automate and self-serve nearly all the transactional activity;
- Enable work to be delivered with fewer resources;
- Empower our customers to help them manage their own requests and thus managing demand more effectively;
- Maximise income.
II.1.6)Common procurement vocabulary (CPV)48000000, 90714100, 90000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 36 (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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 5
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:
IV.3.2)Previous publication(s) concerning the same contractno
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 participate25.4.2014 - 17:00
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 tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
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:27.3.2014