Cameron Consulting: HEHOC - Procurement of Choice Based Lettings System

  Cameron Consulting is using Delta eSourcing to run this tender exercise

Notice Summary
Title: HEHOC - Procurement of Choice Based Lettings System
Notice type: Contract Notice
Authority: Cameron Consulting
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: The Consortium (Comprising the Lead Authority and those Authorities listed at Annex A of this Notice) known as HEHOC (Herts and Essex Housing Options Consortium) has operated a choice-based lettings (CBL) scheme since 2007 with the current contract due to expire in June 2015. The Consortium provides a service that includes a fully hosted, online choice-based lettings solution. Individual members of the consortium separately provide further functions including:- online housing application; housing register; automated register reviews; auto assessment; targeted web-based housing advice; alternative housing options i.e. private rented, shared ownership, low-cost homeownership; homelessness and housing advice case management workflow. Any new CBL system will need to integrate with each individual consortia member’s back office systems. The Service Provider will be expected to provide ongoing technical support throughout the duration of the term contract.
Published: 14/11/2014 12:31
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-Epping: Software package and information systems.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Epping Forest District Council
      Civic Offices, High Street, Epping, CM16 4BZ, United Kingdom
      Tel. +44 1992464000, Email: contactus@eppingforestdc.gov.uk, URL: www.eppingforestdc.gov.uk
      Contact: Roger Wilson, Attn: Roger Wilson

      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:
      Regional or local authority

   I.3) Main activity:
      General Public Services
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: HEHOC - Procurement of Choice Based Lettings System
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         Region Codes: UKH - EAST OF ENGLAND         
      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:
      Software package and information systems. Web server software development services. Web server software package. Web page editing software development services. World wide web WWW site design services. The Consortium (Comprising the Lead Authority and those Authorities listed at Annex A of this Notice) known as HEHOC (Herts and Essex Housing Options Consortium) has operated a choice-based lettings (CBL) scheme since 2007 with the current contract due to expire in June 2015. The Consortium provides a service that includes a fully hosted, online choice-based lettings solution. Individual members of the consortium separately provide further functions including:- online housing application; housing register; automated register reviews; auto assessment; targeted web-based housing advice; alternative housing options i.e. private rented, shared ownership, low-cost homeownership; homelessness and housing advice case management workflow. Any new CBL system will need to integrate with each individual consortia member’s back office systems. The Service Provider will be expected to provide ongoing technical support throughout the duration of the term contract.
         
      II.1.6)Common Procurement Vocabulary:
         48000000 - Software package and information systems.
         
         72212222 - Web server software development services.
         
         48222000 - Web server software package.
         
         72212224 - Web page editing software development services.
         
         72413000 - World wide web WWW site design services.
         

      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 total estimated value of the contract over the anticipated maximum duration of 10 years is between 535,000 and 1,600,000 GBP.                  
         Estimated value excluding VAT:
         Range between: 535,000 and 1,600,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: The contract term will be for an initial period of 60 months (5 years) with an option to extend for 5 further 12-month periods or multiples thereof, up to a maximum of 120 months (10 years). Renewal of the term contract will be subject to performance and the Consortium's future corporate strategy       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in months: 60 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                           Number of possible renewals: Range between: 1 to 5                  
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 12
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   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:
      A Parent Company Guarantee and/or Performance Bond may be required by the Authority, the details of which will be set out in the Invitation to Participate in Dialogue (ITPD) and accompanying documentation.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Any terms of payment will be set out in the Invitation to Participate in Dialogue (ITPD) and accompanying documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Expressions of interest in response to this contract notice may be submitted by a single bidder or a consortium. The Authority reserves the right to require groupings of contractors to take a particular legal form prior to the award of contract or to require a single contractor to take primary liability or to require that each party undertakes joint and several liabilities.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The selected Bidder will be required to perform the services to the required standards set out in the Invitation to Participate in Dialogue (ITPD). Under the contract the Service Provider and their supply chain will be required to participate in the achievement of relevant social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly, the contract performance conditions may relate in particular to social and environmental considerations to be detailed in the contract documents.      
   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:         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 (as amended) and as set out in the pre-qualification questionnaire, applicants will be required to complete a Pre-Qualification Questionnaire (PQQ). The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completed PQQ to be received by the Authority via the Authority's e-tendering portal at https://www.delta-esourcing.com.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the PQQ, applicants will be required to complete a PQQ. The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completed PQQ to be received by the Authority via the Authority's e-tendering portal at https://www.delta-esourcing.com.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 3
         
         Objective Criteria for choosing the limited number of candidates:
         Envisaged number of 3 bidders will be invited to participate in dialogue. Bidders will be shortlisted based on criteria set out in the PQQ.      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   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: T10249      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2014/S 137 - 246011 of 19/07/2014
               
         Other previous publications: 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: 19/12/2014
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 06/02/2015      
      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.The 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 in the PQQ and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Epping:-Software-package-and-information-systems./78952R328C

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/78952R328C
GO-20141114-PRO-6161820 TKR-20141114-PRO-6161819
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000, URL: www.hmcourtsservice. gov.uk

      Body responsible for mediation procedures:
               Centre for Effective Dispute Resolution (CEDR)
         70 Fleet Street, London, EC4Y 1EU, United Kingdom
         Tel. +44 2075366000, Email: info@cedr.com, URL: www.cedr.com

      VI.4.2)Lodging of appeals: In accordance with Regulation 32 and 32A of the Public Contracts Regulations 2006 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with a debrief in the “Award Decision Notice” at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operator and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2006 (as amended).   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Cabinet Office
      70 Whitehall, London, SW1A 2AS, United Kingdom
      Tel. +44 2072761234, URL: www.cabinetoffice.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 14/11/2014

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Chelmsford City Council
      Civic Centre, Duke Street, Chelmsford, CM1 1JE, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      Brentwood Borough Council
      Town Hall, Ingave Road, Brentwood, CM15 8AY, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         3: Contracting Authority
      Broxbourne Borough Council
      Bishops College, Churchgate, Cheshunt, EN8 9XQ, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         4: Contracting Authority
      Uttlesford District Council
      Council Offices, London Road, Saffron Walden, CB11 4ER, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         5: Contracting Authority
      East Herts Council
      The Council Offices, Charringtons House, The Causeway, Bishops Stortford, CM23 2ER, United Kingdom

View any Notice Addenda

View Award Notice