Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Hampshire County Council
Hampshire County Council The Castle Winchester Hampshire
Contact point(s): https://in-tendhost.co.uk/hampshire/
SO23 8UJ Winchester
UNITED KINGDOM
Telephone: Joseph Newton
E-mail:
Internet address(es):
General address of the contracting authority: http://www.hants.gov.uk/
Electronic access to information: https://in-tendhost.co.uk/hampshire/
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/hampshire/
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:Web Content Management System.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: Hampshire.
NUTS code UKJ33,UKJ3
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)Hampshire County Council (HCC) is seeking to procure and implement a new Web Content Management System (WCMS).
The key objectives of this procurement are:
i) To implement a WCMS to host HCC's Website; Hantsweb, and 1 500 smaller websites of community interest.
ii) To migrate the current websites from the existing WCMS to the replacement product.
Any contract awarded as a result of this procurement process will be for a Web Content Management System, associated implementation and integration services and ongoing support and maintenance services. Tenderers must have the ability, directly or indirectly to fulfil all of these core goods and services requirements. We will exclude any tender that does not have the capability of providing the software, implementation services, integration services and ongoing support and maintenance services.
II.1.6)Common procurement vocabulary (CPV)48220000, 72250000, 72260000, 72600000, 72420000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
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:Contract will be for an initial period of 5 years, with the option to extend in 5 x 1 year blocks. Total contract to not exceed 10 years.
Estimated value excluding VAT:
Range: between 555 000 and 800 000 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:The Contracting Authority reserves the right to require deposits, guarantees, bonds, warranties and other forms of appropriate security. As defined in the procurement documentation. Any requirement for deposits and/or guarantees would need to be satisfied prior to contract award.
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:No special legal form will be required. In the case of organisations applying as a consortia or joint venture, full details for each member is required. It will be necessary for each member to sign an undertaking that they shall be jointly and severally responsible for the performance of the contract. As defined in the procurement documentation.
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: In accordance with Articles 43 to 51 of Directive 2004/18/EC as amended by S.I. 2007/2157, 2009/2992, 2011/1441 and Regulation 23 of the Public Contracts Regulations 2006 as amended by "The Public Contracts (Amendment) Regulations 2009, and as set out in the pre-qualification questionnaire. Organisations are advised it is a condition of this contract that all managers and operatives (including subcontractors) are suitably competent to execute all trades and operations encompassed by these Contracts in full compliance with UK legislation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: In accordance with Articles 43to 51 of Directive 2004/18/EC as amended by S.I. 2007/2157, 2009/2992, 2011/1441; and Regulation 24 of thePublic Contracts Regulations 2006 as amended by The Public Contracts (Amendment) Regulations 2009, and as set out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required: Contract cannot be awarded to a compnay where the proposed solution excedes 25 % of the current turnover of the compnay in any given year of the contract. Financial Stability rating to be assessed by N2 Check, details included in the PQQ, failing either will result in your bid being rejected.
III.2.3)Technical capacityMinimum level(s) of standards possibly required:
As stated in the PQQ, failing any will result in your bid being rejected.
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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 10
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:R.B503061.01
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate15.3.2013 - 17:00
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 of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional informationTenderers are required to register their company details on the In-tend, e-tendering system. No charge is made for registration or access to this system. Full details and user guides on how to register and operate the system are available via the link https://in-tendhost.co.uk/hampshire/. Once in the web site, click on 'current tenders' and then on 'new tender details' for this contract for further information. If you wish to express interest please click on 'express interest' and if you have not previously done so, register your company. The e-mail address should be for the person who will deal with the tender, as login details, subsequent messages and tender documents will be automatically sent to this e-mail address, therefore please ensure the email account registered on this system is regularly monitored. You may register more than one user per organisation against your account.
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:11.2.2013