IT Services for UK Government and Public Sector
11 Lots. Lot 1 Help desk/Service desk. Lot 2 Desktop Support. Lot 3 Network Management. Lot 4 Network and content security. Lot 5 Infrastructure and Platform, Maintenance and Support. Lot 6 Audit services and Asset management
Lot 7 IT Infrastructure Transition Services and Delivery. Maximum number of suppliers: 999.
United Kingdom-Norwich: IT services: consulting, software development, Internet and support
2014/S 212-375794
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Minister for the Cabinet Office acting through Crown Commercial Service
Rosebery Court, St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
Telephone: +44 3450103503
E-mail: supplier@ccs.gsi.gov.uk, eenablement@ccs.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://ccs.cabinetoffice.gov.uk
Address of the buyer profile: https://gpsesourcing.cabinetoffice.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)
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
Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirements overseas.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 999
Duration of the framework agreement
Duration in months: 18
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 100 000 000 and 200 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The above Public Sector Bodies have a need for a new technology services framework agreement which will deliver local, regional and national technology services through the proposed lots below.
We are particularly looking for specialist suppliers who can provide the services under individual lots as well as suppliers who can provide multiple services.
Lot 1 Help desk/Service desk
Lot 2 Desktop Support
Lot 3 Network Management
Lot 4 Network and content security
Lot 5 Infrastructure and Platform, Maintenance and Support
Lot 6 Audit services and Asset management
Lot 7 IT Infrastructure Transition Services and Delivery
Lot 8 Service Integration/Service Integrator
Lot 9 Disaster Recovery/ Business Continuity
Lot 10 Back up and Data Services
Lot 11 Asset Disposal
II.1.6)Common procurement vocabulary (CPV)
72000000, 72500000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 100 000 000 and 200 000 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Help desk/Service desk
1)Short description
2)Common procurement vocabulary (CPV)
72500000
5)Additional information about lots
Lot No: 2Lot title: Desktop Support
1)Short description
2)Common procurement vocabulary (CPV)
72500000
5)Additional information about lots
Lot No: 3Lot title: Network Management
1)Short description
2)Common procurement vocabulary (CPV)
72500000
5)Additional information about lots
Lot No: 4Lot title: Network and content security
1)Short description
2)Common procurement vocabulary (CPV)
72500000
5)Additional information about lots
Lot No: 5Lot title: Infrastructure and platform, maintenance and support
1)Short description
Breakfix — Focused on servers and storage.
Platform support and maintenance is the management of hardware and software architecture in order to allow applications to operate.
Platforms can include one or several of the following hardware and/or software components: — hardware architecture; operating systems; programming languages and frameworks; runtime libraries; application servers; databases; other middle-ware products.
2)Common procurement vocabulary (CPV)
72500000
5)Additional information about lots
Lot No: 6Lot title: Audit services and asset management
1)Short description
Audit services are formal inspections and verifications to check whether a Standard or set of Guidelines is being followed, that Records are accurate, or that Efficiency and Effectiveness targets are being met.
2)Common procurement vocabulary (CPV)
72500000
5)Additional information about lots
Lot No: 7Lot title: IT Infrastructure Transition Services and Delivery
1)Short description
2)Common procurement vocabulary (CPV)
72500000
5)Additional information about lots
Lot No: 8Lot title: Service Integration/Service Integrator
1)Short description
— Complexity, managing their internal and external suppliers within multi sourcing environments
— Cost and Effort, ensuring lower costs and improved performance are not losing ground to increased effort in effective supplier management
— Transparency, ensuring there is end-to-end and cross-supplier service transparency with clear and consistent or unclear service reports
— Roles and Responsibilities are clear and risks are managed to ensure no compromising contractual terms and conditions, regulatory non-compliance, or interrupted service provision
— Compliance with contractual agreements, regulatory requirements, industry standards and business objectives.
2)Common procurement vocabulary (CPV)
72500000
5)Additional information about lots
Lot No: 9Lot title: Disaster Recovery/ Business Continuity
1)Short description
2)Common procurement vocabulary (CPV)
72500000
5)Additional information about lots
Lot No: 10Lot title: Back up and Data Services
1)Short description
2)Common procurement vocabulary (CPV)
72500000
5)Additional information about lots
Lot No: 11Lot title: Asset Disposal
1)Short description
2)Common procurement vocabulary (CPV)
72500000
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
[Project Specific — please delete the following text if not using the eSourcing tool and replace with guidance on expressing an interest]
This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done on-line at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailingexpressionofinterest@ccs.gsi.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement on-line via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eenablement@ccs.gsi.gov.uk
Responses must be published by the date in IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1
The Contracting Authority is not conducting financial checks for appointment to the Framework Agreement. Financial checks may be performed by the Contracting Bodies at the time of Call-Off prior to award.
III.2.3)Technical capacity
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1
The Contracting Authority may have regard to any of the following means in its assessment:
(a) an assessment of the services proposed by the Supplier, the Contracting Authority will publish the service descriptions that suppliers are required to make visible as part of their service definitions entries as part of the ITT;
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
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
Additional information about electronic auction: Crown Commercial Service reserves the right to conduct an electronic auction at the Invitation to Tender (ITT) stage of this procurement. In such instances information will be provided to the Bidders as part of the ITT documentation.
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
of 28.3.2014
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.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 16.12.2014 – 15:01
Place:
Electronically, via web-based portal
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Potential suppliers should note that, in accordance with the UK Government’s policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Crown Commercial Service. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at:
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
The duration referenced in Section II.1.4 is for the placing of orders.
The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
Crown Commercial Service wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:
http://www.ons.gov.uk/ons/rel/na-classification/national-accounts-sector-classification/index.html
Local Authorities
http://openlylocal.com/councils/all
www.ubico.co.uk Agent acting on behalf of Cheltenham Borough Council.
NDPBs
https://www.gov.uk/government/organisations
National Parks Authorities
http://www.nationalparks.gov.uk/
Educational Establishments in England and Wales, maintained by the Department
for Children, Schools and Families including Schools, Universities and Colleges but not Independent Schools
http://www.education.gov.uk/edubase/home.xhtml
Police Forces in the United Kingdom
http://www.police.uk/?view=force_sites
http://apccs.police.uk/about-the-apcc/
Fire and Rescue Services in the United Kingdom
http://www.fireservice.co.uk/information/ukfrs
http://www.nifrs.org/areas-districts/
http://www.firescotland.gov.uk/your-area.aspx
NHS Bodies England
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx
Hospices in the UK
Registered Social Landlords (Housing Associations)
Third Sector and Charities in the United Kingdom
http://www.charitycommission.gov.uk/find-charities/
http://www.oscr.org.uk/search-charity-register/
https://www.charitycommissionni.org.uk/ShowCharity/RegisterOfCharities/RegisterHomePage.aspx
Citizens Advice in the United Kingdom
http://www.citizensadvice.org.uk/index/getadvice.htm
http://www.citizensadvice.co.uk/
Scottish Public Bodies
For a full list of other public bodies using the tender please see:
http://ted.europa.eu/udl?uri=TED:NOTICE:375794-2014:TEXT:EN:HTML&src=0
VI.4.1)Body responsible for appeal procedures
Minister for the Cabinet Office acting through Crown Commercial Service
Rosebery Court, St Andrews Business Park
NR7 0HS Norwich
UNITED KINGDOM
E-mail: supplier@ccs.gsi.gov.uk
Telephone: +44 3450103503
Internet address: http://ccs.cabinetoffice.gov.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Minister for the Cabinet Office acting through Crown Commercial Service
NR7 0HS Norwich
UNITED KINGDOM
E-mail: supplier@ccs.gsi.gov.uk
Telephone: +44 3450103503
Internet address: http://ccs.cabinetoffice.gov.uk
VI.5)Date of dispatch of this notice: