Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Weslo Housing Management Ltd
66 North Bridge Street
For the attention of: J Colin Moss
EH48 4PP Bathgate
UNITED KINGDOM
Telephone: +44 1506634060
E-mail:
Internet address(es):
General address of the contracting authority: http://www.weslo-housing.org/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19402
Further information can be obtained from: Weslo Housing Management Ltd
66 North Bridge Street
For the attention of: J Colin Moss
EH48 4PP Bathgate
UNITED KINGDOM
Telephone: +44 1506634060
E-mail:
Internet address: http://www.weslo-housing.org/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Weslo Housing Management Ltd
66 North Bridge Street
For the attention of: J Colin Moss
EH48 4PP Bathgate
UNITED KINGDOM
Telephone: +44 1506634060
E-mail:
Internet address: http://www.weslo-housing.org/
Tenders or requests to participate must be sent to: Weslo Housing Management Ltd
66 North Bridge Street
Contact point(s): Director of Finance
For the attention of: Douglas Drummond
EH48 4PP Bathgate
UNITED KINGDOM
Telephone: +44 1506634060
Internet address: http://www.weslo-housing.org/
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityHousing and community amenities
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:Procurement of an integrated Housing Management and Financial Management System.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Bathgate, West Lothian, Scotland.
NUTS code UK
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 implementation of an integrated Housing Management and Financial Management System, together with all necessary training, consultancy and support services.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)
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:Estimated value excluding VAT:
Range: between 150 000 and 300 000 GBP
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 completion
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 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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.
(2) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities.
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(4) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
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 procedureAccelerated restricted
Justification for the choice of accelerated procedure: The requirement is for a system which will support Housing Management subject to the regulation and legislation of Scotland. All the suppliers capable of meeting this requirement are known, and will be able to meet the timescales (thus avoiding delays caused by the Christmas break).
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 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 contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 11.12.2012
IV.3.4)Time limit for receipt of tenders or requests to participate11.12.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates21.12.2012
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 tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional informationThe contract is for implementation of an integrated Housing Management and Financial Management System, together with all necessary training, consultancy and support services.
The system must be capable of providing information which meets all Scottish legislation and regulation, provides SHQS, APSR and all other relevant information for management.
(SC Ref:246709).
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:29.11.2012