CES - Property Management System (Ангилья - Тендер #47706741) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 47706741 Дата публикации: 02-11-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Crown Estate Scotland
Quartermile Two, 2nd Floor, 2 Lister Square
Edinburgh
Eh2 9GL
UK
Telephone: +44 1314607657
E-mail: andy.riley@crownestatescotland.com
NUTS: UK
Internet address(es)
Main address: http://crownestatescotland.com/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA29444
I.2) Joint procurementThe contract is awarded by a central purchasing body
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
www.publiccontractsscotland.gov.uk
Other: Public Corporation
I.5) Main activityOther: Property
Section II: Object II.1) Scope of the procurement II.1.1) TitleCES - Property Management System
Reference number: CES/002
II.1.2) Main CPV code72222300
II.1.3) Type of contractServices
II.1.4) Short descriptionCrown Estate Scotland is tendering for a Property Management System. This system will be used to manage approximately 4,300 assets at present. Crown Estate Scotland have a wide mix of Property/Asset types on, above and below ground. As such it is important that whatever system we use is capable to coping with multiple Property/Asset types simultaneously and the different rules that apply to them. The system must support Scotland’s property and related law.
II.1.5) Estimated total valueValue excluding VAT: 3 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.2) Additional CPV code(s)72267100
72222300
48000000
48100000
II.2.3) Place of performanceNUTS code:
UKM
II.2.4) Description of the procurementThis procurement seeks to deliver a Property Management System to manage approximately 4,300 assets. Crown Estate Scotland have a wide mix of Property/Asset types on, above and below ground. As such it is important that whatever system proposed is capable to coping with multiple Property/Asset types simultaneously and the different rules that apply to them. The system must support Scotland’s property and related law. Examples of specific properties/asset classifications currently include:
- Agricultural farms, farmhouses & farm cottages
- Ground leases
- Let residential houses & cottages
- Let buildings & other commercial premises
- Retail and office space
- Forestry
- Aquaculture – Finfish/Shellfish farms/Seaweed
- Offshore Wind farms, Wave & Tidal, Carbon Capture and Storage
- Moorings, marinas, pontoons
- Harbours, piers & jetties
- Sporting & Fishing agreements
- Salmon Fishing Rights
- Mineral leases and Mines Royal option agreements
- Agreements for subsea cables and pipelines
II.2.5) Award criteriaCriteria below:
Quality criterion: Quality / Weighting: 70
Cost criterion: Cost / Weighting: 30
II.2.6) Estimated valueValue excluding VAT: 3 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 138
This contract is subject to renewal: Yes
Description of renewals:
The contract will be for an initial 18 months prior to go-live which will be to build, configure test and train users, with a further 60 months from go live. The contract may be extended for up to an additional 5x12 month period, each 12 month extension period will be mutually agreed 24 months prior to the end of contract.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
SPD (SCOTLAND) QUESTION 4C.2 Technicians or Technical Bodies:
The solution/supplier should be certified with ISO 27001 or equivalent*
* We will accept suppliers who are part way through the ISO 27001 certification process and commit to being certified prior to the Stage Gate 1 review.
This should also be extended to any sub-contractor who hosts or has admin access to the data.
III.1.2) Economic and financial standingList and brief description of selection criteria:
SPD (SCOTLAND) QUESTION - 4B.2.1 Specific Yearly Turnover
SPD (SCOTLAND) QUESTION - 4B.5 Insurance
SPD (SCOTLAND) QUESTION - 4B.6 Other Economic or Financial Requirements
Minimum level(s) of standards required:
Bidders will be required to have a minimum yearly “specific” turnover of a minimum of 3,000,000.00 GBP for the last three (3) years.
Insurance Required:
- Professional Indemnity 3 million GBP
- Public Liability 10 million GBP
- Employer Liability 5 million GBP
Other financial requirements:
Crown Estate Scotland will utilise Dun & Bradstreet (D&B) Failure Score of 30 or above. Tenderers (including all participants in a group) are required to have a Failure Score of 30 or above in order to demonstrate its financial strength and stability.
It is recommended that Tenderers review their own D&B Failure Score in advance of submitting a Tender Submission. Where the Tenderer does not have a D&B Failure Score, or where the Tenderer does not consider that the D&B Failure Score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability.
Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 3 years as part of their SPD Submission in order that Crown Estate Scotland may assess these to determine the suitability of the Tenderer to undertake a contract of this size.
Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents Parent Company Guarantee.
Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed and each must achieve a D&B failure score of 30 or above.
Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a D&B failure score of 30 or above. Crown Estate Scotland reserves the right to request one copy of all sub-contractor last 3 financial years" audited accounts and details of significant changes since the last financial year end.
III.1.3) Technical and professional abilitySelection criteria as stated in the procurement documents
Throughout the duration of the Contract, the Service Provider’s performance will be monitored and evaluated, as per the conditions and requirements contained within the tender documents.
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureOpen procedure
IV.1.8) Information about 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 procedureNotice number in the OJ S:
2023/S 000-016004
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 11/12/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 11/12/2023
Local time: 12:00
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.2) Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional informationNOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=747378.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Tenderers are expected to provide proposals regarding how they will add value towards community benefits, which will be considered as
part of their tender submission. Please detail the actions that the Tenderer will take to deliver community benefits.
Factors to consider as opportunities for community benefits could include:
- Generating employment and training opportunities for priority groups;
- Vocational training;
- Training existing workforce;
- Equality and diversity initiatives;
- Working with schools, colleges, universities to offer work experience or educational/professional advice;
- Community engagement events or providing value to the local community;
- Minimising negative environmental impacts.
(SC Ref:747378)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=747378
VI.4) Procedures for review VI.4.1) Review bodyEdinburgh Sheriff Court
27 Chambers St
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice31/10/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | andy.riley@crownestatescotland.com |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 48100000 | Industry specific software package | Software package and information systems |
| 72222300 | Information technology services | Information systems or technology strategic review and planning services |
| 72267100 | Maintenance of information technology software | Software maintenance and repair services |
| 48000000 | Software package and information systems | Computer and Related Services |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |