Maintenance of IT Systems
Origin Housing requires a service provider to provide the maintenance and support services for hardware and software including the monitoring of servers and services.
UK-London: information technology services
2012/S 47-077398
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Orign Housing Ltd
St Richards House, 110 Eversholt St
Contact point(s): Via Email only
For the attention of: Karen Perry
NW1 1BS London
UNITED KINGDOM
Telephone: +44 2072099205
E-mail: MIT002@originhousing.org.uk
Fax: +44 2072099233
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
Body governed by public law
I.3)Main activity
Housing and community amenities
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:
Maintenance of IT Systems.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: North West London & South East Home Counties.
NUTS code UKJ
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Origin Housing requires a service provider to provide the maintenance and support services for hardware and software including the monitoring of servers and services. The successful candidate must have experience in maintenance and support of HP servers and blade enclosures, VMware ESX 4.0 and upwards, SAN Left Hand technology, LTO2, 3 and LTO4 backup drives and tape libraries, APC uninterrupted power supply units, Cisco routers and switches hardware and software. Software and operating systems will include Windows XP and upwards, 2003 server and upwards, UNIX and flavours of Linux. Microsoft network infrastructure and Active Directory, Exchange 2007 and upwards, Outlook 2007 and upwards, MS Office Suite 2003 and upwards, Citrix Presentation 4.5 and upwards, thin client computing using Wyse and HP terminals, Symantec Endpoint Protection 11 and upwards, SQL server 2000, and upwards Backup Exec and system Recovery 2010 and upwards, Drivelock version 7.1, Microsoft Deployment Services and System Center Essential 2010. The successful company will also become one of our preferred hardware suppliers and will also be involved in several projects to implement and upgrade hardware and software solutions.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 600 000 and 800 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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:
All payments will be made via BACs transfer, upon receipt of authorised invoices. There is an option to pay additional charges for emergency works outside of these arrangements.
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
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The additional requirements are set out in the PQQ. Failure to meet these requirements will result in applicants being excluded from taking any further part in the process.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All successful applicants will be subject to a Dune and Bradstreet financial check. Applicants will have to met the standards set out in the PQQ to continue in the process.
Minimum level(s) of standards possibly required: All checks must reach the required level of Minimum Risk of Business Failure.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
All companies must be able to support the hardware and software listed in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 50
Objective criteria for choosing the limited number of candidates: All candidates will be expected to pass the PQQ stage. Once through they will be invited to tender. The evaluation will be looking at the companies that have the most and best experience supporting the systems we use and the systems we are looking to install as detailed in this notice and the PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 45
2. Price. Weighting 30
3. Health & Safety/Security. Weighting 15
4. Reference Visits. Weighting 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:
MIT002
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 30.3.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
9.4.2012
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
17.4.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Date: 16.5.2012
Place:
110 Eversholt St
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: The Company Secretary will be present along with the Owner of the tender and a witness in line with our Standing Orders.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
All questions, queries, and requests for documentation must be done via the tender email address.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Company Secretary, Origin Housing Ltd
St Richards House, 110 Eversholt St
NW1 1BS London
UNITED KINGDOM
E-mail: MIT002@originhousing.org.uk
Telephone: +44 2072099222
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Origin Housing will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Public Contracts Regulations 2006 (SI 2006 No 5) 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).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:5.3.2012