Supply and Management of Housing Management Sysyem.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Suffolk Housing Society Ltd
Old Mission House, St Botolophs Lane
Contact point(s): Corporate Services Department
For the attention of: Karen Moore
IP33 2AX Bury St Edmunds
UNITED KINGDOM
Telephone: +44 1284767224
E-mail:
Fax: +44 1284701573

Internet address(es):

General address of the contracting authority: www.suffolkhousing.org

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA24889

Further information can be obtained from: Suffolk Housing Society Ltd
Old Mission House, St Botolophs Lane
Contact point(s): Corporate Services Department
For the attention of: Karen Moore
IP33 2AX Bury St Edmunds
UNITED KINGDOM
Telephone: +44 1284767224
E-mail:
Fax: +44 1284701573
Internet address: www.suffolkhousing.org

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Suffolk Housing Society Ltd
Old Mission House, St Botolophs Lane
Contact point(s): The Project Lead Ltd
For the attention of: Nick Fraser
IP33 2AX Bury St Edmunds
UNITED KINGDOM
Telephone: +44 7979908908
E-mail:
Fax: +44 1284701573
Internet address: www.suffolkhousing.org

Tenders or requests to participate must be sent to: Suffolk Housing Society Ltd
Old Mission House, St Botolophs Lane
Contact point(s): Corporate Services Department
For the attention of: Karen Moore
IP33 2AX Bury St Edmunds
UNITED KINGDOM
Telephone: +44 1284767224
E-mail:
Fax: +44 1284701573
Internet address: www.suffolkhousing.org

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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply and Management of Housing Management Sysyem.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Bury St Edmunds, Suffolk.

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)
SHS is a registered social landlord based in Bury St Edmunds, Suffolk.
Managing 2 000 properties with 33 staff the business has recently completed a review of the ICT Systems and the future business requirements determining the need to replace the existing housing management system, integrating with the existing Finance and external repairs contractor systems. The new Business Strategy requires all of the Society's ICT provision to be hosted by the new supplier.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=85060.

II.1.6)Common procurement vocabulary (CPV)

48000000, 72260000, 72261000, 72263000, 72265000, 72266000, 72268000, 72511000

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 50 000 and 350 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
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: yes
Description of particular conditions: Specific conditions detailed in the contract documentation.
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: (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) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) 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.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) 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.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information 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) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
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 procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged 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 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:
2011/KM01
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
16.1.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
2.2.2012
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 tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Organisations interested in participating in this tender for the supply, hosting and implementation of a replacement Housing Management System are required to complete and submit a pre-qualification questionnaire (PQQ) by the date set out in Section IV.3.
(MT Ref:85060).
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:
16.12.2011

Other interesting websites