Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 062-116423/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Leeds City Council
National registration number: UKE42
Postal address: Civic Hall
Town: Leeds
Postal code: LS1 1UR
Country: United Kingdom
Contact Person: Tracey Piper
Telephone: +49 1133785835
Email: tracey.piper@leeds.gov.uk
Nuts code: UKE42
Internet address(es):
Main address: www.leeds.gov.uk
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.yortender.co.uk
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
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: Queue and Appointment Management System.
Reference number: DN245929
II.1.2) Main CPV code: 72222300
II.1.3) Type of contract: Services
II.1.4) Short Description: The Council requires a Corporate Queue Management System and Public Facing Customer Services Appointment System in order to manage the flow of customers accessing face to face facilities across a network of One Stop Centres and Community Hubs across the city. The Appointments element will be used by Public Facing Customer Services to help manage enquiries within One Stop Centres/Community Hubs; however the Queue Management element is being procured as a Corporate System. This element can then be utilised elsewhere in the Council once the system is operational within the public facing services outlined in this document.
II.1.5) Estimated total value:
Value excluding VAT: 225000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
72222300
II.2.3) Place of performance
Nuts code: UKE42
II.2.4) Description of the procurement:
The Council requires a Corporate Queue Management System and Public Facing Customer Services Appointment System in order to manage the flow of customers accessing face to face facilities across a network of One Stop Centres and Community Hubs across the city. The Appointments element will be used by Public Facing Customer Services to help manage enquiries within One Stop Centres/Community Hubs; however the Queue Management element is being procured as a Corporate System. This element can then be utilised elsewhere in the Council once the system is operational within the public facing services outlined in this document.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 225000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:2 x 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-04-26 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2017-04-26 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
Interested parties can download the qualification documentation and tender documentation directly from
/
by using the scheme ID DN245929. Requests for documentation should not be made by telephone or e-mail. The documentation should be completed and returned by no later than the deadline specified in IV.2.2) Late submissions will not be accepted.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The High Court of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.2) Body responsible for mediation procedures
Official name: The High Court of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Where necessary in order to comply with the Public Contracts Regulations 2015 this
authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the addressee found in
1.1. If an appeal regarding the award of a contract has not been successfully resolved the (for Public Sector) Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 30 days beginning with the date when the tenderer first knew or ought to have known that the grounds for starting the proceedings had arisen). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages. Following the 10 day standstill period, if no further debriefing has been requested, the court may only award damages once the contract has been entered into.
VI.4.4) Service from which information about the review procedure may be obtained
Official name: The High Court of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-03-28