South West London & St Georges Mental Health NHS Trust: Computer Aided Facilities Management System

  South West London & St Georges Mental Health NHS Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Computer Aided Facilities Management System
Notice type: Contract Notice
Authority: South West London & St Georges Mental Health NHS Trust
Nature of contract: Supplies
Procedure: Open
Short Description: SWLSTG NHS Trust requires a Computer Aided Facilities Management (CAFM) system which will enhance and streamline the effective management of a large and changing estate with a complex technical and physical infrastructure.
Published: 04/11/2015 14:06
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Facilities management software package and software package suite.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      SW London & St George's MH NHS Trust
      Springfield University Hospital, 61 Glenburnie Road, Tooting, London, SW17 7DJ, United Kingdom
      Tel. +44 2035136697, Email: martin.kelly@swlstg-tr.nhs.uk, URL: www.swlstg-tr.nhs.uk
      Contact: Procurement Department, Attn: Martin Kelly, Head of Procurement
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Health

   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: Computer Aided Facilities Management System
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UKI - LONDON         
      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. SWLSTG NHS Trust requires a Computer Aided Facilities Management (CAFM) system which will enhance and streamline the effective management of a large and changing estate with a complex technical and physical infrastructure.
         
      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:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         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:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   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: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: SWLSTG1508      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 07/12/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Not Provided         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Not Provided

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.
The system must have the following capabilities and functions: Request Management: Helpdesk; Self-Service Portal; Permit Management (to assist with Contractor Management);
Activity Management: Planned and Reactive Maintenance; Customer Relationship Management, Resource Planning, Move Management; Remote Mobile Engineering Management; Information Management: Asset Management, Space Planning & Utilisation, Drawing Management, Terrier Management; Property Management; Service Level Agreements, Asbestos Management; Statutory and other Health and Safety obligations
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-software-package-and-software-package-suite./3N26WPA9RX

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3N26WPA9RX
GO-2015114-PRO-7281078 TKR-2015114-PRO-7281077
   
   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: 04/11/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-London: Facilities management software package and software package suite.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       SW London & St George's MH NHS Trust
       Springfield University Hospital, 61 Glenburnie Road, Tooting, London, SW17 7DJ, United Kingdom
       Tel. +44 2035136697, Email: martin.kelly@swlstg-tr.nhs.uk
       Contact: Procurement Department
       Main Address: www.swlstg-tr.nhs.uk
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Computer Aided Facilities Management System            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         48420000 - Facilities management software package and software package suite.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: SWLSTG NHS Trust requires a Computer Aided Facilities Management (CAFM) system which will enhance and streamline the effective management of a large and changing estate with a complex technical and physical infrastructure.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 156,886
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            48420000 - Facilities management software package and software package suite.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Facilities management software package

      II.2.5) Award criteria:
      Quality criterion - Name: General requirements / Weighting: 10
      Quality criterion - Name: Functional requirements / Weighting: 30
      Quality criterion - Name: Programme management / Weighting: 30
      Quality criterion - Name: IT requirement / Weighting: 10
                  
      Cost criterion - Name: Pricing / Weighting: 20
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/06/2016

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Micad Systems (UK) Ltd
             8 St George's Court, Altrincham Buisness Park, Dairy House Lane, Altrincham, WA14 5UA, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 156,886
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
The system must have the capabilities and functions required by the authority.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=205378577

   VI.4) Procedures for review

      VI.4.1) Review body
          SW London & St George's MH NHS Trust
          London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 29/10/2016