Managed ICT Services
London Borough of Croydon. Consideration is being given to tendering these as a number of separate contracts (work packages). Suppliers are encouraged to bid for single or multiple contracts (work packages). UK-Croydon: computer-related services
2012/S 39-063255
Prior information notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Croydon
Commissioning & Procurement Team, 6th Floor, South Side, Park Lane, Taberner House
Contact point(s): Procurement@croydon.gov.uk
For the attention of: procurement@croydon.gov.uk
CR9 3JS Croydon
UNITED KINGDOM
Telephone: +44 2084071318
E-mail: procurement@croydon.gov.uk
Internet address(es):
General address of the contracting authority: www.croydon.gov.uk
Address of the buyer profile: www.londontenders.org
Further information can be obtained from: www.londontenders.org
Section II.B: Object of the contract (Supplies or services)
Within the boundaries of the London Borough of Croydon.
NUTS code UKI2
It is currently envisaged that there will be a single procurement for the provision of some or all of the following services:
(i) Prime Agent (Service Integration and Management).
(ii) Business applications and Corporate systems support and maintenance, and environment provision
(iii) Desktop, laptop and peripheral support. Support for home based users.
(iv) ICT Infrastructure, Infrastructure applications, and security services.
(v) Unified communications. instant messaging, video conferencing.
(vi) Provision of Hardware, software, configuration and implementation services.
(vii) Network services.
(viii) Document scanning, provision of infrastructure, configuration and integration with other services.
The Prime Agent function is to provide the direction, management, and coordination for the delivery of end-to-end services in line with an agreed set of coherent service performance expectations. The Prime Agent function will also provide a single, clear and concise interface to all users of ICT services. This will be achieved by providing service integration and service management functions across all Council ICT contracts, adhering to ITIL best practice guidance. The successful Supplier will operate and act on the Councils behalf to ensure that all ICT Services are integrated, managed, monitored and improved during the service lifecycle.
In addition, consideration is being given to procuring and/or calling off a number of smaller contracts for some or all of the following services:
(i) Telecommunications services. Wide area network, Government secure network External network services, Public Access network,
(ii) Mobile telecommunications (voice and data), Mobile device provision, and support
(iii) Managed print services
(iv) Data Centre services. Data centre provision and management, physical hosting of servers and communication equipment, hosting of business applications, data hosting and hosting of web based systems, back up and disaster recovery
(v) ICT Professional services.
Niche Services:
The provision of a range of niche services such as Web design and development services, Contact Centre Telephony and services.
Estimated value of total services £100 million.
Estimated cost excluding VAT: 10 000 000 GBP
Lots
This contract is divided into lots: yes
72500000, 32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 72415000, 30000000, 72413000, 64215000, 64212000, 32250000, 72315000, 72130000, 72140000, 79710000, 32400000, 32420000, 51300000, 50330000
The Procurement Process will be managed through the London Tenders Portal (www.Londontenders.org). Registration on the site is free and may be taken by any economic operator at any time.
Economic operators should please note that this is only a Prior Information Notice and expressions of interest in tendering for these contracts are not being sought at this stage.
The London Borough of Croydon wishes to invite interested parties(bidders) to a market warming morning in Croydon on the 12th March 2012 to hear the Councils vision for the future of its service provision to the community, the key themes for the delivery of our ICT services and the approach we are considering in relation to the procurement of those services.
All queries regarding the event and the confirmation of your attendance should be made making use of the discussion functionality on the Londontenders.org portal. Supplier attendance will be limited to 3 representatives per organisation.
A supplier information pack will be issued to all parties expressing an interest. This document will be ready for release within two weeks of this PIN being issued.
As we are interested in getting suppliers views on our plans, Suppliers will also be invited to respond (in writing by the end of March 2012) to a number of high level questions and to give us their views on how we can best meet our objectives.
The Council encourages open, fair and transparent procurement and any decision by a potential supplier not to attend the market warming exercise will not have an impact or reflect on any subsequent supplier selection or the tender evaluation process.
Interested parties should note that the main location of service supply is the London Borough of Croydon. Notwithstanding this, the Council and its partners reserve their right to consider solutions which can be delivered remotely outside the borough and we are open to discussion regarding onshore, near shore and off shore services.
Decisions on the final procurement approach(s) are expected to be made by mid April 2012.
Information about lots
Title attributed to the contract by the contracting authority: Lot No: 1 Lot title: Business applications support and maintenance
32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 30000000
32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 30000000
32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 30000000
32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 30000000
32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 30000000
32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 30000000
32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 30000000
32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 30000000
32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 30000000
32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 30000000
32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 30000000
32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 30000000
32000000, 48000000, 64200000, 72000000, 30200000, 51000000, 30000000
Section III: Legal, economic, financial and technical information
Section VI: Complementary information
VI.4)Date of dispatch of this notice:23.2.2012