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

Supply & Maintenance of an In-Cab Technology Solution.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Braintree District Council
Causeway House, Bocking End
Contact point(s): Essex Procurement Hub
For the attention of: Will Baxter
CM7 9HB Braintree
UNITED KINGDOM
Telephone: +44 1376551414
E-mail:
Fax: +44 1376557792

Internet address(es):

General address of the contracting authority: www.braintree.gov.uk

Address of the buyer profile: http://braintree.g2b.info/

Electronic access to information: Not Applicable
Electronic submission of tenders and requests to participate: not Applicable

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 authority
Regional or local authority
I.3)Main activity
General public services
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:
Supply & Maintenance of an In-Cab Technology Solution.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKH3

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)
Software package and information systems. Command, Control, Communication and Computer systems. Geographic information systems (GIS or equivalent). System management software package. System maintenance services. Office and computing machinery, equipment and supplies except furniture and software packages. Industry specific software package. Braintree District Council is currently looking to purchase an "In-cab” technology solution for its waste and recycling vehicles, which includes:
- Integrated commercial and domestic residual collections;
- Integrated commercial and domestic recycling collections;
- Domestic food waste collections;
- Domestic green waste collections.
Braintree District Council is seeking an "In-cab” technology solution that will provide an effective means of communication between back office, customer service function and front line vehicles to initially deliver maximum efficiencies within it waste services. The software should be easy to use and the hardware units for the vehicles should be hard wearing and securely fitted inside the vehicles with ease of access to all crew members. The system must allow free flowing information between all collection crews, back office staff and customer services.
The software and hardware units will also require an on-going maintenance programme, with a maintenance contract to provide technical support and linked warranty and replacement specifications that are clear and transparent.
The equipment must be entirely suitable for the purpose and requirements set out in the specification. It is envisaged that the system will be utilized across other departments in the future such as, but not limited to, street cleansing, horticultural services, environmental services and pest control. The solution will need to be adaptable, with the ability to meet future technological and software advancements.
II.1.6)Common procurement vocabulary (CPV)

48000000, 35710000, 38221000, 48781000, 50324100, 30000000, 48100000

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:
Supply, Installation and maintenance of the solution's software and hardware, for the life of the equipment.
Estimated value excluding VAT: 370 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration 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:
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: Within PQQ and Tender 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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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 3: and maximum number 7
Objective criteria for choosing the limited number of candidates: As per criteria listed within the Pre Qualification Questionnaire.
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:
PROC14-0101
IV.3.2)Previous publication(s) concerning the same contract
no
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
13.3.2014 - 15:00
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 up
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
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

To express an interest in this contract please send an email containing your company name, contact pointand email address to referencing PROC14-0101.

Pre Qualification Questionnaires will be sent to all who express an interest after the deadline of 15:00 hours on the 13.3.2014.
To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=88016579

GO Reference: GO-201424-PRO-5437093
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:
4.2.2014

Other interesting websites