ICT Managed Services Merseyside
IT services: consulting, software development, Internet and support.
United Kingdom-Liverpool: IT services: consulting, software development, Internet and support
2015/S 102-185924
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Merseyside Fire and Rescue Authority
Bridle Road
L30 4YD Liverpool
UNITED KINGDOM
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 7: Computer and related services
NUTS code UKD5
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
72000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
To provide ICT Managed Services across the Authority’s Estate across a range of services. The Authority will require that the ICT Managed Service Contractor has a minimum level of experience of supporting either Emergency Services or other critical systems with a proven track record of performance that can be referenced, and who can deliver a comprehensive service.
The Authority intends to use an e-Tendering system in this procurement exercise.
To provide for the integration, management, ongoing development, support and retirement of the Authority’s ICT Infrastructure, whose assets are currently owned by the Authority. As well as provision of Service Integration and Management (SIAM) services, the Principal Contractor will be the Principal Contractor in any solution.
Across the Authority, Information Communication & Technology (ICT) can be split into to 3 key delivery areas:
— The ICT Infrastructure (Data, Voice & Radio Networks, Personal Devices, Servers, Printers etc.) including the ICT Service Desk
— Commodity Applications that run on the ICT Infrastructure (Microsoft Office & E-Mail etc.)
— Corporate Applications that run on the ICT Infrastructure (Capita Vision FX Computer Aided Despatch, Capita Vision BOSS, E-Financials & Moore Stephens S.t.A.R.S. etc.)
The ICT Infrastructure comprises of the Administration ICT Infrastructure and the Fire Control ICT Infrastructure with the core of both being connected via a firewall. A Service Desk provision, managed network, managed servers, managed devices and professional services are provided to both the Administration and the Fire Control ICT Infrastructures.
Estimated value excluding VAT: 9,5 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Subject to Contract Terms and Conditions.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the PQQ.
III.2.3)Technical capacity
As set out in the PQQ.
Minimum level(s) of standards possibly required:
As set out in the PQQ.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Competitive Procedure with negotiation. The Authority reserves the right not to enter into negotiations after receipt of initial tender submissions.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N2TG962HY3
GO Reference: GO-2015526-PRO-6629622.
VI.4.1)Body responsible for appeal procedures
The Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Body responsible for mediation procedures
The Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.3)Service from which information about the lodging of appeals may be obtained
The Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: