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

Microsoft Dynamics CRM Bespoke Software Supplier.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Bron Afon Community Housing Ltd
Ty Bron Afon, William Brown Close, Llantarnam Industrial Park
Contact point(s): ICT
For the attention of: Ian Taylor
NP44 3AB Cwmbran
UNITED KINGDOM
Telephone: +44 1633620292
E-mail:

Internet address(es):

General address of the contracting authority: http://www.bronafon.org.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0811

Further information can be obtained from: Bron Afon Community Housing Ltd
Ty Bron Afon, William Brown Close, Llantarnam Industrial Park
Contact point(s): ICT
For the attention of: Ian Taylor
NP44 3AB Cwmbran
UNITED KINGDOM
Telephone: +44 1633620292
E-mail:
Internet address: http://www.bronafon.org.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bron Afon Community Housing Ltd
Ty Bron Afon, William Brown Close, Llantarnam Industrial Park
Contact point(s): ICT
For the attention of: Ian Taylor
NP44 3AB Cwmbran
UNITED KINGDOM
Telephone: +44 1633620292
E-mail:
Internet address: http://www.bronafon.org.uk

Tenders or requests to participate must be sent to: Bron Afon Community Housing Ltd
Ty Bron Afon, William Brown Close, Llantarnam Industrial Park
Contact point(s): ICT
For the attention of: Ian Taylor
NP44 3AB Cwmbran
UNITED KINGDOM
Telephone: +44 1633620292
E-mail:
Internet address: http://www.bronafon.org.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
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:
Microsoft Dynamics CRM Bespoke Software Supplier.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Cwmbran. South Wales.

NUTS code UKL21

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 agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 3

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 160 000 and 400 000 GBP
II.1.5)Short description of the contract or purchase(s)
Bron Afon are enhancing their existing Microsoft Dynamics CRM system to contain all aspect of housing management. The supplier will be supplied with a set of business requirements from which they must design and build the software within MS Dynamics and hand back for user acceptance testing
The framework will be awarded to a single supplier. The cost must be based on a fixed price per man day basis. Any days not used will be rolled over into the next package or work.
Bron Afon Community Housing is committed to achieving economic, social and environmental well-being for its residents and implementing the Community Strategy so as to ensure a better quality of life for everyone, now and for generations to come. To achieve this it commits to the following actions to the fullest extent possible within the relevant legal and policy frameworks and the available funding:
i) to consider what recruitment and training, equal opportunities and supply-chain opportunities could be obtained from each services contract
ii) to include training, equal opportunities and recruitment requirements, and supply-chain opportunities in its service requirements, where it considers this appropriate;
iii) to include other social and environmental matters in its service requirements, where it considers this appropriate; and
iv) to use these requirements in all stages of the selection and contract award process, and as contract conditions.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=2545

II.1.6)Common procurement vocabulary (CPV)

72212900, 72227000, 72232000, 72260000, 72262000, 72265000, 72200000, 72212000

II.1.7)Information about Government Procurement Agreement (GPA)
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:
As per tender documents
Estimated value excluding VAT:
Range: between 160 000 and 400 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This 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 conditions
The 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 registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per Tender documents
Minimum level(s) of standards possibly required: As per Tender documents
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per Tender 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: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 3
Objective criteria for choosing the limited number of candidates: 3 highest scoring on PQQ returns
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:
C/13/S/001
IV.3.2)Previous publication(s) concerning the same contract
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 participate
30.10.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
1.11.2013
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
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

Bidders must register on www.sell2wales.gov.uk to download documents, ask questions and receive answers

(WA Ref:2545)
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As per Tender documents
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:
30.9.2013