Trinity House has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Maintenance Management Information System |
Notice type: | Contract Notice |
Authority: | Trinity House |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | The replacement of Trinity House's Maintenance Management Information System for the control of ad-hoc and planned maintenance in support of marine aids-to-navigation. |
Published: | 08/11/2013 15:11 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The Corporation of Trinity House
Trinity Square, Tower Hill, London, EC3N 4DH, United Kingdom
Tel. +44 1255245050, Fax. +44 1255241258, Email: barry.messenger@trinityhouse.co.uk, URL: www.trinityhouse.co.uk, URL: http://trinityhouse.g2b.info/
Attn: Barry Messenger
Further information can be obtained at: ANNEX A.I
Specifications and additional documents: ANNEX A.II
Tenders or requests to participate must be sent to: ANNEX A.III
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Other: Maritime Navigation and Safety
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: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Maintenance Management Information System
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Facilities management software package and software package suite. The replacement of Trinity House's Maintenance Management Information System for the control of ad-hoc and planned maintenance in support of marine aids-to-navigation.
II.1.6)Common Procurement Vocabulary:
48420000 - Facilities management software package and software package suite.
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:
The replacement of Trinity House's Maintenance Management Information System for the control of ad-hoc and planned maintenance in support of marine aids-to-navigation.
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
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 these 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 capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
III.2.3)Technical capacity
Technical capacity - means of proof required
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
III.2.4)Information about reserved contracts: Not Provided
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 and maximum number: 10
Objective Criteria for choosing the limited number of candidates:
As addressed by the pre-qualification questionnaire associated with this tender process.
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: T0223
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 06/12/2013
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 13/12/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 20/01/2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=79133834
GO-2013118-PRO-5252213 TKR-2013118-PRO-5252212
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 08/11/2013
ANNEX A
I) Addresses and contact points from which further information can be obtained:
The Corporation of Trinity House
The Quay, Harwich, CO12 3JW, United Kingdom
Tel. +44 1255245050, Fax. +44 1255241258, Email: barry.messenger@trinityhouse.co.uk, URL: www.trinityhouse.co.uk
Attn: Barry Messenger
II) Addresses and contact points from which specifications and additional documents can be obtained:
The Corporation of Trinity House
The Quay, Harwich, CO12 3JW, United Kingdom
Tel. +44 1255245050, Fax. +44 1255241258, Email: barry.messenger@trinityhouse.co.uk, URL: www.trinityhouse.co.uk
Attn: Barry Messenger
III) Addresses and contact points to which tenders/requests to participate must be sent:
The Corporation of Trinity House
The Quay, Harwich, CO12 3JW, United Kingdom
Tel. +44 1255245050, Fax. +44 1255241258, Email: etender@trinityhouse.co.uk, URL: www.trinityhouse.co.uk
Attn: Barry Messenger