Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)East Riding of Yorkshire
ENS Procurement and Supplies, County Hall, Cross Street
For the attention of: Mrs Sarah Dyson
HU17 9BA Beverley
UNITED KINGDOM
Telephone: +44 1482395351
E-mail:
Further information can be obtained from: YORtender
Internet address: www.yortender.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Yortender
Internet address: www.yortender.co.uk
Tenders or requests to participate must be sent to: Yortender
Internet address: www.yortender.co.uk
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:
Digital customer service platform.
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: County Hall, Beverley, East Riding of Yorkshire Council, UK, HU17 9AB.
NUTS code UKE
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)
East Riding of Yorkshire Council will shortly be inviting selected Economic Operators to submit formal Tenders to deliver a DCSP. The DCSP will allow customers self-serve access to a range of digital transactions via a single account and will automate processes seamlessly with back office ICT systems. The DCSP will provide the Council with a single view of the customer and the live customer intelligence and work-flow to ensure service delivery and information is tailored, personalised, targeted and responsive to individual needs.
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): no
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:Estimated value excluding VAT: 3 200 000 GBP
II.2.2)Information about optionsOptions: no
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:
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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
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 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 0
Objective criteria for choosing the limited number of candidates: No maximum number of operators to be invited to tender or to participate will be applied.
Economic operators who fail to reach a minimum score of 50 % of the total available marks at Selection will be given no further consideration as they have failed to meet the minimum requirements for this procurement process.
The outcome of the scoring will enable the Council to rank the potential Economic Operators and select a minimum of 5 Economic Operators based on their highest scores to progress to issue an Invitation to Tender for the award stage of the tender process.
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:
2173 - 15
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 28.1.2015 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate28.1.2015 - 12:00
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 tendersDate: 28.1.2015 - 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
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:24.11.2014