IT and Telecommunications Consultancy Services Contract
Information technology requirements review services. IT consultancy for advice and specification of works is to ensure that the Queen Elizabeth Olympic Park has fit for purpose technology to support LLDC’s objectives by utilising telecommunications, network infrastructure and IT systems.
UK-London: Telecommunication consultancy services
2013/S 017-024759
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Legacy Development Corporation
Level 10, One Stratford Place
For the attention of: John O’Dor
E20 1EJ London
UNITED KINGDOM
Telephone: +44 2032881800
Internet address(es):
General address of the contracting authority: www.londonlegacy.co.uk
Address of the buyer profile: www.londonlegacy.co.uk
Electronic submission of tenders and requests to participate: www.supply4london.gov.uk
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)
Section II: Object of the contract
Service category No 11: Management consulting services [6] and related services
NUTS code UKI
1. Review of currently deployed systems, technology asset valuation, specification of future requirements, support for procurement and management of implementation partners, audit of completed works.
– WiFi provision – private and public
– Mobile provision
– Duct Network
– Fibre Network
– Data Network
2. Smart Technology advice:
– Analysis of opportunities related to telecommunications and networking related to ‘Smart Cities’ initiatives
– Support of specifications and related works
3. Strategic and enterprise architectural advice relating to Park communications systems and Park IT systems.
The Contracting Authority reserves the right to add relevant services to the contract depending on its needs in the areas of Park IT and Telecommunications Network infrastructure and systems inosfar they are necessary for the completion of the Project.
71316000, 72000000, 72220000, 72223000
Section III: Legal, economic, financial and technical information
Details will be provided in the pre-qualification questionnaire (PQQ) and the ITT documents, copies of which are available from the Supply4London eTendering service (see Section VI.3 of this Notice for URL).
A full list of these criteria can be found at http://www.supply4london.gov.uk/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the pre-qualification/selection process and will be asked to reconfirm them during the ITT stage. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 PCR lists.
Candidates who have been convicted of any of the offences under Article 45(1) PCD are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) PCD may be excluded from being selected to bid at the discretion of the Authority.
Minimum level(s) of standards possibly required: Please see the PQQ documentation for more information.
Please see the PQQ documentation for more information.
Minimum level(s) of standards possibly required:
Please see the PQQ documentation for more information.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The Contracting authority has the right to do so under the PCD/PCR.
Section VI: Complementary information
However, any selection of tenderers will be based solely on the criteria set out in the ITT documentation for this procurement and the contract will be awarded on the basis of the most economically advantageous tender. Service providers must read through this set of instructions and follow the process set out in the PQQ and the ITT dumentation to respond to this opportunity.
The information and/or documents for this opportunity are available on supply4london.gov.uk and set out within the PQQ documentation.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 76747SB2BV.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) to the PQQ is 20.2.2013. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you need or have been asked to upload documents due to the electronic nature of the submissions.
If you experience any technical difficulties please contact the Supply4london Helpdesk on call +44 8452707098 or email helpdesk@supply4london.gov.uk
The Contracting Authority reserves the right to:
— waive any requirements of this procurement process (to the extent permitted by law),
— request additional information or clarificatory information from Applicants in relation to any aspect of their response,
— disqualify any Applicant that does not submit a compliant response in accordance with the Contracting Authority’s instructions (see also below),
— withdraw any part of or the whole of this procurement process at any time or to re-invite responses on the same or any alternative basis,
— not award the whole of or a part of contract as a result of this procurement process; or,
— make whatever changes it sees fit to the timetable, structure or content of the procurement process for any reason.
Furthermore, the Contracting Authority reserves the right to reject or disqualify a Applicant where:
— a response is submitted late, is completed incorrectly, is incomplete or fails to meet the Contracting Authority’s requirements which have been notified to Applicants,
— the Applicant is unable to satisfy the terms of Part V of PCR at any stage during the procurement process,
— the Applicant is guilty of serious misrepresentation or fraud in relation to its application and/or any aspect of this procurement process,
— there is a change in identity, control, financial standing or other factor impacting on the procurement process and affecting the Applicant,
and/or,
— there is an actual or potential commercial, professional, financial or other conflict of interest arising between the interests of the Contracting Authority and the Applicant.
All Applicants are solely responsible for all their costs and expenses incurred in connection with the preparation and submission of their responses at all stages of the procurement process. Under no circumstances will the Contracting Authority be liable for any costs or expenses borne by or on behalf of the Applicant. GO Reference: GO-2013121-PRO-4530513
The Public Contracts Regulations 2009 (SI 2009 No. 2992), which have amended the PCR respectively, 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).
Where a contract has not been entered into, the Contracting Authority will consider the suspension of its award process, if legal proceedings are brought against and notified to it.
The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into. The Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into already, the Court may declare the contract ineffective, shorten its term or award damages.
The Contracting Authority would urge aggrieved Tenderers to communicate any issues to the contact for this procurement (see Section I above) by raising a Clarification Question through the Supply4London Portal in the first instance in case a solution can be found to avert time consuming court actions.
VI.5)Date of dispatch of this notice:21.1.2013