By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

WSCC DJ Disability Register and Concessions Card.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

West Sussex County Council
County Hall, West Street
For the attention of: Daniel Jackson
PO19 1RG Chichester
UNITED KINGDOM
Telephone: +44 3302226955
E-mail: [email protected]

Internet address(es):

General address of the contracting authority: http://www.westsussex.gov.uk/default.aspx

Address of the buyer profile: https://in-tendhost.co.uk/sesharedservices/aspx/Home

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:
WSCC DJ Disability Register and Concessions Card.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Delivering the services to families within West Sussex.

NUTS code UKJ24

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)
This procurement is for the creation of a Disability Register linked to a concession card to be used for Children and Young Disabled Children within West Sussex.
For further information please see the procurement documentation attached to this project.
II.1.6)Common procurement vocabulary (CPV)

85311300, 85321000, 98000000, 72300000, 72000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 200 000 and 500 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.9.2015. Completion 31.8.2020

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As per Procurement Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per Procurement Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per Procurement Documents.
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
Information and formalities necessary for evaluating if the requirements are met: As per Procurement Documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per Procurement Documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per Procurement Documents.
Minimum level(s) of standards possibly required:
As per Procurement Documents.
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
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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:
CWSCC - 001525
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.7.2015 - 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: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 3.8.2015

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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
This procurement is being managed by Capita Business Services Limited (‘Capita’) on behalf of the Council under a Strategic Services Outsource. The contract between the Council and Capita provides for tenders and all other information submitted to be treated as confidential by Capita to ensure competition is maintained, value for money is achieved and all bidders are treated equally and in a non-discriminatory way during the tendering and contract award procedures. The Council and Capita shall maintain a system of management processes, barriers, disciplines and confidentiality undertakings to ensure there is no conflict of interest in the procurement process and to prevent any disclosure to any Capita employee involved in submitting a tender for this procurement of any confidential information from other bidders. Information submitted by bidders will not be used by Capita for any other purpose than the provision of services to the Council under the Strategic Services Outsource.
The contract term will be for a period of 3 years and may be extended depending on the on going need, budget availability and contract performance up to a period of 2 years to a maximum contract period of 5 Years.

Providers should register their details on the West Sussex eSourcing portal at: http://www.sesharedservices.org.uk/esourcing. Follow the links to the current opportunities and the appropriate project (Project No. CWSCC - 001525).

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:
1.7.2015