Ausschreibung: Beratung, Software-Entwicklung, Internet und Hilfestellung - UK-Irvine IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung Softwarepaket und Informationssysteme Softwarepaket für die Lagerbestandsverwaltung Kontaktverwaltungssoftwarepaket Informationstechnologiedienste Dokument Nr...: 307313-2020 (ID: 2020070109174724052) Veröffentlicht: 01.07.2020 * UK-Irvine: IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung 2020/S 125/2020 307313 Auftragsbekanntmachung Dienstleistungen Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: North Ayrshire Council Postanschrift: Cunninghame House, Friars Croft Ort: Irvine NUTS-Code: UKM93 East Ayrshire and North Ayrshire mainland Postleitzahl: KA12 8EE Land: Vereinigtes Königreich E-Mail: [6]procurement@north-ayrshire.gov.uk Telefon: +44 1294324730 Fax: +44 1294324054 Internet-Adresse(n): Hauptadresse: [7]http://www.north-ayrshire.gov.uk Adresse des Beschafferprofils: [8]http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile. aspx?ID=AA00337 I.2)Informationen zur gemeinsamen Beschaffung I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]https://www.publictendersscotland.publiccontractsscotland.gov.uk Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]https://www.publictendersscotland.publiccontractsscotland.gov.uk I.4)Art des öffentlichen Auftraggebers Regional- oder Kommunalbehörde I.5)Haupttätigkeit(en) Allgemeine öffentliche Verwaltung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Provision of Integrated Roads Asset Management System to North Ayrshire Council Referenznummer der Bekanntmachung: NAC 5027 II.1.2)CPV-Code Hauptteil 72000000 IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung II.1.3)Art des Auftrags Dienstleistungen II.1.4)Kurze Beschreibung: North Ayrshire Council require a cloud-based system to manage the data regarding its Road (Highways) assets including lighting and structures. The current licenses and databases in use will be replaced with one cloud-based solution. The current licenses and databases will be replaced with one Software as a Service (SAAS) solution. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 260 000.00 GBP II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 48000000 Softwarepaket und Informationssysteme 48430000 Softwarepaket für die Lagerbestandsverwaltung 48333000 Kontaktverwaltungssoftwarepaket 72222300 Informationstechnologiedienste II.2.3)Erfüllungsort NUTS-Code: UKM93 East Ayrshire and North Ayrshire mainland Hauptort der Ausführung: To North Ayrshire Council. II.2.4)Beschreibung der Beschaffung: As well as providing the Software as a Service (SAAS) solution, the system will also be required to: be compatible with mobile devices from the contract commencement starting with 8 devices; be required to integrate with a number of existing Council systems. The service provider will also be required to: provide a planning service to work with the Council to understand both the business and technical priorities for implementing the new system; provide engagement that will include onsite planning and technical workshops and the delivery of a deployment plan with recommendations; fully implement the new system using a phased approach, beginning with Test users before expanding out on a team by team basis; carry out a mobilisation period with dual running of the systems being necessary during this stage whilst users migrate from the old system to the new systems; train a select number of NAC employees as Super Users so that a sufficient level of expertise exists within roads. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Qualitätskriterium - Name: All award criteria is stated in the ITT documents / Gewichtung: 50 Preis - Gewichtung: 50 II.2.6)Geschätzter Wert Wert ohne MwSt.: 260 000.00 GBP II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 36 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: Option to extend by 2 (two) x 1 (one) year extensions. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: For completion by Non-UK businesses only If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: Bidders will be required to have a minimum yearly turnover of GBP 120 000 for the last 3 years in the specific business area covered by the contract. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. NAC reserve the right to review the bidders financial information including information from credit reference agencies at tender stage and throughout the life of the contract, and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Public liability insurance = GBP 5 000 000 (with confirmation that this extends to software liability cover); Employers (compulsory) liability insurance = GBP 5 000 000. [11]http://www.hse.gov.uk/pubns/hse40.pdf III.1.3)Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: Bidders will be required to provide 3 examples, within the last 5 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this contract notice. The experience provided will be for projects of a similar value, size and scope. Unsatisfactory experience will result in a fail and exclusion from the tender process. Bidders must provide 2 satisfactory references from 2 contracts within the last 3 years on the reference templates provided in the instruction to tenders document. References should be completed and signed by previous customers for contracts of a similar nature, value scope and size. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process. Completed reference templates must be uploaded into the general attachments area of the qualification envelope in PCS-T. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Möglicherweise geforderte Mindeststandards: Suppliers should be able demonstrate how the security of their cloud solution complies with: ISO 27001: Information Security Management Systems Requirements, ISO 27002: Code of practice for information security controls, ISO 27017: Code of practice for information security controls based on ISO/IEC 27002 for cloud services, ISO 27018: Code of practice for protection of personally identifiable information (PII) in public clouds acting as PII processors, ISO 22301: Business continuity management. If bidders are not formally certified to the above ISO standards, they will be required to provide sufficient evidence (a policy authorised by Chief Executive or equivalent) to demonstrate their level of compliance in adopting the security controls contained in these standards. The bidder will require to have achieved either Cyber Essentials or Cyber Essentials Plus certification in order to demonstrate the security of their computer systems and networks. Quality management procedures 1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). Or 2) A quality management policy authorised by their Chief Executive or equivalent. Please see the ESPD Guidance documents in the instruction to tenderers document for full details. Environmental management standards 1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. Or 2) An environmental management policy authorised by their Chief Executive or equivalent Please see the ESPD Guidance within the instruction to tenderers document for full details. Health and safety procedures 1) The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001(*) (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. * Organisations certified to OHSAS 18001 will require to migrate to the new standard before OHSAS 18001 is withdrawn in March 2021. NAC will continue to accept this Standard until this date however the Standards validity period and proposed contract period will be taken into account closer to the withdraw date. Or 2) A health and safety policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract. Full details are contained within the ESPD guidance form within the Instructions to tenderers document III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.1)Angaben zu einem besonderen Berufsstand III.2.2)Bedingungen für die Ausführung des Auftrags: III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 06/08/2020 Ortszeit: 12:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots Laufzeit in Monaten: 4 (ab dem Schlusstermin für den Eingang der Angebote) IV.2.7)Bedingungen für die Öffnung der Angebote Tag: 06/08/2020 Ortszeit: 12:00 Ort: North Ayrshire Council, Cunninghame House, Irvine. Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen Aufträge werden elektronisch erteilt Die Zahlung erfolgt elektronisch VI.3)Zusätzliche Angaben: North Ayrshire Council have decided not to use lots for this tender for the reason stated below: Nature of the contract not suitable for lots The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 35673. For more information see: [12]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 343 Community benefits are included in this requirement. For more information see: [13]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 361 A summary of the expected community benefits has been provided as follows: Community benefits will be requested on a minimum basis for: 1 workshop small medium enterprises; 1 workshop third sector organisations. Community and education Engagement initiatives (SC Ref:623628) VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Kilmarnock Sheriff Court Postanschrift: Sheriff Court House, St Marnock Street Ort: Kilmarnock Postleitzahl: KA1 1ED Land: Vereinigtes Königreich Telefon: +44 1563550024 Internet-Adresse: [14]https://www.scotcourts.gov.uk/ VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 29/06/2020 References 6. mailto:procurement@north-ayrshire.gov.uk?subject=TED 7. http://www.north-ayrshire.gov.uk/ 8. http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337 9. https://www.publictendersscotland.publiccontractsscotland.gov.uk/ 10. https://www.publictendersscotland.publiccontractsscotland.gov.uk/ 11. http://www.hse.gov.uk/pubns/hse40.pdf 12. http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 13. http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 14. https://www.scotcourts.gov.uk/ OT: 01/07/2020 S125 Services - Contract notice - Open procedure United Kingdom-Irvine: IT services: consulting, software development, Internet and support 2020/S 125-307313 Contract notice Services Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: North Ayrshire Council Postal address: Cunninghame House, Friars Croft Town: Irvine NUTS code: UKM93 East Ayrshire and North Ayrshire mainland Postal code: KA12 8EE Country: United Kingdom E-mail: [6]procurement@north-ayrshire.gov.uk Telephone: +44 1294324730 Fax: +44 1294324054 Internet address(es): Main address: [7]http://www.north-ayrshire.gov.uk Address of the buyer profile: [8]http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile. aspx?ID=AA00337 I.2)Information about joint procurement I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [9]https://www.publictendersscotland.publiccontractsscotland.gov.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]https://www.publictendersscotland.publiccontractsscotland.gov.uk I.4)Type of the contracting authority Regional or local authority I.5)Main activity General public services Section II: Object II.1)Scope of the procurement II.1.1)Title: Provision of Integrated Roads Asset Management System to North Ayrshire Council Reference number: NAC 5027 II.1.2)Main CPV code 72000000 IT services: consulting, software development, Internet and support II.1.3)Type of contract Services II.1.4)Short description: North Ayrshire Council require a cloud-based system to manage the data regarding its Road (Highways) assets including lighting and structures. The current licenses and databases in use will be replaced with one cloud-based solution. The current licenses and databases will be replaced with one Software as a Service (SAAS) solution. II.1.5)Estimated total value Value excluding VAT: 260 000.00 GBP II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.1)Title: II.2.2)Additional CPV code(s) 48000000 Software package and information systems 48430000 Inventory management software package 48333000 Contact management software package 72222300 Information technology services II.2.3)Place of performance NUTS code: UKM93 East Ayrshire and North Ayrshire mainland Main site or place of performance: To North Ayrshire Council. II.2.4)Description of the procurement: As well as providing the Software as a Service (SAAS) solution, the system will also be required to: be compatible with mobile devices from the contract commencement starting with 8 devices; be required to integrate with a number of existing Council systems. The service provider will also be required to: provide a planning service to work with the Council to understand both the business and technical priorities for implementing the new system; provide engagement that will include onsite planning and technical workshops and the delivery of a deployment plan with recommendations; fully implement the new system using a phased approach, beginning with Test users before expanding out on a team by team basis; carry out a mobilisation period with dual running of the systems being necessary during this stage whilst users migrate from the old system to the new systems; train a select number of NAC employees as Super Users so that a sufficient level of expertise exists within roads. II.2.5)Award criteria Criteria below Quality criterion - Name: All award criteria is stated in the ITT documents / Weighting: 50 Price - Weighting: 50 II.2.6)Estimated value Value excluding VAT: 260 000.00 GBP II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: yes Description of renewals: Option to extend by 2 (two) x 1 (one) year extensions. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.12)Information about electronic catalogues 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 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 registers List and brief description of conditions: For completion by Non-UK businesses only If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. III.1.2)Economic and financial standing List and brief description of selection criteria: Bidders will be required to have a minimum yearly turnover of GBP 120 000 for the last 3 years in the specific business area covered by the contract. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. NAC reserve the right to review the bidders financial information including information from credit reference agencies at tender stage and throughout the life of the contract, and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Public liability insurance = GBP 5 000 000 (with confirmation that this extends to software liability cover); Employers (compulsory) liability insurance = GBP 5 000 000. [11]http://www.hse.gov.uk/pubns/hse40.pdf III.1.3)Technical and professional ability List and brief description of selection criteria: Bidders will be required to provide 3 examples, within the last 5 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this contract notice. The experience provided will be for projects of a similar value, size and scope. Unsatisfactory experience will result in a fail and exclusion from the tender process. Bidders must provide 2 satisfactory references from 2 contracts within the last 3 years on the reference templates provided in the instruction to tenders document. References should be completed and signed by previous customers for contracts of a similar nature, value scope and size. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process. Completed reference templates must be uploaded into the general attachments area of the qualification envelope in PCS-T. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Minimum level(s) of standards possibly required: Suppliers should be able demonstrate how the security of their cloud solution complies with: ISO 27001: Information Security Management Systems Requirements, ISO 27002: Code of practice for information security controls, ISO 27017: Code of practice for information security controls based on ISO/IEC 27002 for cloud services, ISO 27018: Code of practice for protection of personally identifiable information (PII) in public clouds acting as PII processors, ISO 22301: Business continuity management. If bidders are not formally certified to the above ISO standards, they will be required to provide sufficient evidence (a policy authorised by Chief Executive or equivalent) to demonstrate their level of compliance in adopting the security controls contained in these standards. The bidder will require to have achieved either Cyber Essentials or Cyber Essentials Plus certification in order to demonstrate the security of their computer systems and networks. Quality management procedures 1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). Or 2) A quality management policy authorised by their Chief Executive or equivalent. Please see the ESPD Guidance documents in the instruction to tenderers document for full details. Environmental management standards 1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. Or 2) An environmental management policy authorised by their Chief Executive or equivalent Please see the ESPD Guidance within the instruction to tenderers document for full details. Health and safety procedures 1) The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001(*) (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. * Organisations certified to OHSAS 18001 will require to migrate to the new standard before OHSAS 18001 is withdrawn in March 2021. NAC will continue to accept this Standard until this date however the Standards validity period and proposed contract period will be taken into account closer to the withdraw date. Or 2) A health and safety policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract. Full details are contained within the ESPD guidance form within the Instructions to tenderers document III.1.5)Information about reserved contracts III.2)Conditions related to the contract III.2.1)Information about a particular profession III.2.2)Contract performance conditions: III.2.3)Information about staff responsible for the performance of the contract Section IV: Procedure IV.1)Description IV.1.1)Type of procedure Open procedure IV.1.3)Information about a framework agreement or a dynamic purchasing system IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6)Information about electronic auction 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 IV.2.2)Time limit for receipt of tenders or requests to participate Date: 06/08/2020 Local time: 12:00 IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates IV.2.4)Languages in which tenders or requests to participate may be submitted: English IV.2.6)Minimum time frame during which the tenderer must maintain the tender Duration in months: 4 (from the date stated for receipt of tender) IV.2.7)Conditions for opening of tenders Date: 06/08/2020 Local time: 12:00 Place: North Ayrshire Council, Cunninghame House, Irvine. Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows Electronic ordering will be used Electronic payment will be used VI.3)Additional information: North Ayrshire Council have decided not to use lots for this tender for the reason stated below: Nature of the contract not suitable for lots The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 35673. For more information see: [12]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 343 Community benefits are included in this requirement. For more information see: [13]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 361 A summary of the expected community benefits has been provided as follows: Community benefits will be requested on a minimum basis for: 1 workshop small medium enterprises; 1 workshop third sector organisations. Community and education Engagement initiatives (SC Ref:623628) VI.4)Procedures for review VI.4.1)Review body Official name: Kilmarnock Sheriff Court Postal address: Sheriff Court House, St Marnock Street Town: Kilmarnock Postal code: KA1 1ED Country: United Kingdom Telephone: +44 1563550024 Internet address: [14]https://www.scotcourts.gov.uk/ VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 29/06/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de