Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Kirklees Council
Physical Resource and Procurement, Kirkgate Buildings, Byram Street
For the attention of: Debbie Hewitt
HD1 1BY Huddersfield
UNITED KINGDOM
Telephone: +44 1484414724
E-mail: [email protected]
Fax: +44 1484226086
Internet address(es):
General address of the contracting authority: https://scms.alito.co.uk
Address of the buyer profile: www.kirklees.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 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:Project Powerhouse.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 7: Computer and related services
NUTS code UKE43
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)Information technology services. Information systems. Financial information systems. Software support services. Computer training services. Software consultancy services. Maintenance of information technology equipment. System maintenance services. System and support services. Systems support services. Software implementation services. Software maintenance and repair services. Maintenance of information technology software. Software supply services. Computer upgrade services. Kirklees Council wishes to establish a contract with a suitable supplier to replace, implement and support its finance, procurement, HR and payroll back office systems, and to support the establishment of a new internal Shared Service Centre (SSC), it is possible that there may be requirements during the contract term for systems other than those specifically listed. Further details are contained in the Market Brief which can be obtained from the contact at I.1.
II.1.6)Common procurement vocabulary (CPV)72222300, 48810000, 48812000, 72261000, 80533100, 72266000, 50312610, 50324100, 72250000, 72253200, 72263000, 72267000, 72267100, 72268000, 72540000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The start of the project is estimated at July 2012 with the internal Shared Service Centre and supporting IT solution operational by August 2013. The supplier will deliver the required transformational change in conjunction with a client-side change partner to be appointed by the Council. The Council is seeking a fixed cost price over five years for the proposed solution covering provision of software, hardware and implementation services, and this is anticipated to be in the range 1.50 GBP to 2.25 million GBP. The cost range stated is a guide only, and excludes the provision on ongoing support, maintenance costs and any additional ad-hoc professional services. However, these will be required and specified at ITT stage of the procurement.
II.2.2)Information about optionsOptions: yes
Description of these options: The Contracting authority may require new or additional services, in accordance with Regulation 14(1)(d) of the Public Contracts Regulations 2006. The initial contract period is 5 years, the Council would also like to include the option to extend the contract for a further five periods of 12 months, giving 3 months notice prior to each extension for the maintenance and support elements.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 120 (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:A performance bond and/or parent or holding company guarantee may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Payments to be made in accordance with given performance bench marks and otherwise as set out in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Where two or more economic operators act jointly for the purpose of submitting a tender, the contracting authority reserves the right to require such economic operators to take a particular legal form or to require a single contractor to take primary liability.
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 registersInformation and formalities necessary for evaluating if the requirements are met: In accordance with Articles 48 to 50 of Directive 2004/18/EC and regulation 25 of the Public Contract Regulations 2006 and as set in the Pre Qualification Questionnaire available from the address in section 1.1. Pre Qualification Questionnaire must be completed and returned by 13:00 on 12.1.2012.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: In accordance with Articles 48 to50 of Directive 2004/18/EC and regulation 25 of the Public Contract Regulations 2006 and as set in the Pre Qualification Questionnaire available from the address in section 1.1. Pre Qualification Questionnaire must be completed and returned by 13:00 on 12.1.2012.
Minimum level(s) of standards possibly required: Minimum standards in respect of which exclusions will or may apply as set out in the Pre Qualification Questionnaire, which can be obtained from the contact in paragraph I.1.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 48 to50 of Directive 2004/18/EC and regulation 25 of the Public Contract Regulations 2006 and as set in the Pre Qualification Questionnaire available from the address in section 1.1. Pre Qualification Questionnaire must be completed and returned by 13:00 on 12.1.2012.
Minimum level(s) of standards possibly required:
Minimum standards in respect of which exclusions will or may apply as set out in the Pre Qualification, which can be obtained from the contact in paragraph I.1.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5
Objective criteria for choosing the limited number of candidates: See Selection Criteria and Scoring System contained in the Pre Qualification Questionnaire which may be obtained from the contact specified in Section I.1.
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:KMCIT-002
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 participate12.1.2012 - 13:00
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 tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional informationVariants will be accepted (provided variants meet the Contracting authority's core requirements are in accordance with limited to the tender documentation).
The Council intends to establish a short list of no more than 6 Applicants who will be invited to tender based on the selection criteria specified in the Pre Qualification Questionnaire available from the address specified in Section I.1. The top scoring Applicants will be invited to tender but in the event that Applicants have tied scores, the top 5 scoring Applicants together with those tying at the 6th position will be invited to tender. GO Reference: GO-20111213-PRO-2800961.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: In accordance with Regulation 32 (Information about contract award procedures), Regulation 32A (Standstill Period) and Part 9 (Application to Court) of the Public Contract Regulations 2006.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:13.12.2011