UK-Braintree: Software package and information systems.

UK-Braintree: Software package and information systems.

Section I: Contracting Authority
Title: UK-Braintree: Software package and information systems.
I.1)Name, Addresses and Contact Point(s):
Braintree District Council
Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
Tel. +44 1376551414, Fax. +44 1376557792, Email: procurement@braintree.gov.uk, URL: www.braintree.gov.uk, URL: http://braintree.g2b.info/
Contact: Essex Procurement Hub, Attn: Will Baxter
Electronic Access URL: Not Applicable
Electronic Submission URL: not Applicable

I.2)Type of the contracting authority:
Regional or local authority

I.3) Main activity:
General Public Services

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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Supply & Maintenance of an In-Cab Technology Solution
II.1.2)Type of contract and location of works:
SUPPLIES
)Purchase
Region Codes: UKH3 - Essex
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Software package and information systems. Command, Control, Communication and Computer systems. Geographic information systems (GIS or equivalent). System management software package. System maintenance services. Office and computing machinery, equipment and supplies except furniture and software packages. Industry specific software package. Braintree District Council procured an “In-cab” technology solution for its waste and recycling vehicles, which includes:•Integrated commercial and domestic residual collections•Integrated commercial and domestic recycling collections•Domestic food waste collections•Domestic green waste collectionsBraintree District Council is seeking an “In-cab” technology solution that will provide an effective means of communication between back office, customer service function and front line vehicles to initially deliver maximum efficiencies within it waste services. The software should be easy to use and the hardware units for the vehicles should be hard wearing and securely fitted inside the vehicles with ease of access to all crew members. The system must allow free flowing information between all collection crews, back office staff and customer services.The software and hardware units will also require an on-going maintenance programme, with a maintenance contract to provide technical support and linked warranty and replacement specifications that are clear and transparent.The equipment must be entirely suitable for the purpose and requirements set out in the specification. It is envisaged that the system will be utilized across other departments in the future such as, but not limited to, street cleansing, horticultural services, environmental services and pest control. The solution will need to be adaptable, with the ability to meet future technological and software advancements.
II.1.5)Common procurement vocabulary:
48000000 - Software package and information systems.
35710000 - Command, Control, Communication and Computer systems.
38221000 - Geographic information systems (GIS or equivalent).
48781000 - System management software package.
50324100 - System maintenance services.
30000000 - Office and computing machinery, equipment and supplies except furniture and software packages.
48100000 - Industry specific software package.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes

II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 430,000
Currency: GBP
Excluding VAT: Yes


Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:

Criteria - Weighting

Price - 50
Technical Requirements - 10
Support Information - 10
Mobilisation - 10
Technical Requirements - 10
Support Information - 10

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: PROC14-0101
IV.3.2)Previous publication(s) concerning the same contract: Yes


Contract notice
Notice number in OJ: 2014/S 26 - 40717 of 06/02/2014



Section V: Award Of Contract

1: Award And Contract Value
Contract No: Not Provided

V.1)Date Of Contract Award: 12/08/2014
V.2) Information About Offers
Number Of Offers Received: 2
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Selected Interventions Limited
Postal address: 1, Stan Hill
Town: Horley
Postal code: RH6 0EP
Country: United Kingdom
Email: info@selectedinterventions.com
Telephone: +44 2089732282
Internet address: www.selectedinterventions.com
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 430,000
Currency: GBP

If annual or monthly value:
Number of months: 84
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No


Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No

VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=113517926
GO-2014919-PRO-6020418 TKR-2014919-PRO-6020417
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided

VI.4)Date Of Dispatch Of This Notice: 19/09/2014