Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Affinity Sutton Group
6 More London Place, Tooley Street
For the attention of: Annemarie Connors
SE1 2DA London
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting authority: http://www.affinitysutton.com
Electronic access to information: http://www.affinitysutton.com/about_us/tender_opportunities.aspx
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 authorityBody governed by public law
I.3)Main activityHousing and community amenities
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:Enterprise Resource Planning (‘ERP’) Solution and System Integrator.
II.1.2)Type of contract and location of works, place of delivery or of performance 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)Affinity Sutton seeks a systems integrator (SI) partner to advise and assist it in the implementation of a single integrated enterprise-wide system (ERP) to meet the majority of Affinity Sutton's functional requirements and to replace the numerous, disparate business systems currently employed by Affinity Sutton. The role of the SI partner will involve but not be limited to the planning, design, implementation and integration of the ERP system, together with support and maintenance once the ERP system is implemented. More information on Affinity Sutton, its functional requirements and the Contract are set out in the Initial Descriptive Document which can be obtained from the contact at Section I.1.
II.1.6)Common procurement vocabulary (CPV) 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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT:
Range: between 6 000 000 and 12 000 000 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 completionDuration in months: 60 (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:Details of deposits, guarantees and other forms of appropriate security will be set out in the Invitation to Submit Detailed Solutions (ISDS).
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Financing conditions and payment arrangements will be set out in the ISDS.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Details of legal form are set out in the Pre Qualification Questionnaire (PQQ).
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: As set out in the PQQ. In particular applicants will be asked to confirm that none of the conditions set out in Article 45 of the Directive 2004/18/EC apply to their organisation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a PQQ consistent with the provisions of the Directive 2004/18/EC. The questionnaire is available electronically from http://affinitysutton.com/about_us_tender_opportunities.aspx and must be returned in electronic form by the date stipulated. Please refer section IV.3.4.
Minimum level(s) of standards possibly required: As set out in the PQQ.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a PQQ consistent with the provisions of the Directive 2004/18/EC. The questionnaire is available electronically from http://affinitysutton.com/about_us_tender_opportunities.aspx and must be returned in electronic form by the date stipulated. Please refer section IV.3.4.
Minimum level(s) of standards possibly required:
As set out in the PQQ.
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: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedurecompetitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
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:0207 - 13AC
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 participate7.3.2014 - 16:00
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 recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresRoyal Courts of Justice
WC2 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The Public Contract Regulations 2006 (SI 2006 No 5) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the 2006 Regulations to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have know that grounds for starting the proceedings had arisen.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:5.2.2014