Managed IT Services Foreign and Commonwealth Office
Service Management and Integration Services and Desktop Infrastructure Services Framework Agreements.
UK-London: IT services: consulting, software development, Internet and support
2012/S 48-079282
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
Foreign and Commonwealth Office
UK
SMI & Desktop Re-procurement Programme, Room 3/147, Old Admiralty Building
SW1A 2LG London
UNITED KINGDOM
E-mail: PFP.Programme@fco.gsi.gov.uk
Internet address(es):
General address of the contracting authority/entity: www.fco.gov.uk
Electronic access to information: http://fco.bravosolution.co.uk/web/login.shtml
Electronic submission of tenders and requests to participate: http://fco.bravosolution.co.uk/web/login.shtml
Further information can be obtained from: Foreign and Commonwealth Office
SMI & Desktop Re-procurement Programme, Room 3/147, Old Admiralty Building
SW1A 2LG London
UNITED KINGDOM
Internet address: http://fco.bravosolution.co.uk/web/login.shtml
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Foreign and Commonwealth Office
SMI & Desktop Re-Procurement Programme, Room 3/147, Old Admiralty Building
SW1A 2LG London
UNITED KINGDOM
Internet address: http://fco.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be sent to: Foreign and Commonwealth Office
SMI & Desktop Re-Procurement Programme, Room 3/147, Old Admiralty Building
SW1A 2LG London
UNITED KINGDOM
Internet address: http://fco.bravosolution.co.uk/web/login.shtml
The contracting authority is purchasing on behalf of other contracting authorities: yes
See section II.1.5 and also section VI.3 for further information
UNITED KINGDOM
Section II: Object of the contract
Service category No 13: Computer and related services
Main site or location of works, place of delivery or of performance: The main location for this work is in the UK, including the support of overseas users.
Duration of the framework agreement
Duration in years: 6
Justification for a framework agreement, the duration of which exceeds seven years: N/A.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 65 000 000,00 and 350 000 000,00 GBP
The FCO, as the Contracting Authority, is putting in place 2 Framework Agreements for use by itself and for the benefit, or on behalf, of other UK public sector bodies with UK and overseas estates. These will include, in particular, bodies with premises and staff based overseas including the FCO and partner organisations such as the UK Border Agency, the British Council and the Department for International Development and will also include but not be limited to, other Central Government Departments, such as the Ministry of Defence and the Department for Business Innovation and Skills, and their Agencies and any Non Departmental Public Bodies with overseas requirements such as the BBC Worldwide, BBC World Service, together with their statutory successors and organisations created as a result of re-organisations or organisational changes.
The above Public Sector Bodies have a need for the provision of managed IT provision, support, development and wider service integration services to facilitate delivery of their UK and global responsibilities. The Framework Agreements will make provision to meet this need.
Whilst the Framework Agreements will be available for use by the other government bodies mentioned above at any time during their life, the Contracting Authority intends to let initial Call-Offs under the Desktop Infrastructure Services framework to cover the successor to its existing desktop infrastructure support and development contract (known as “Firecrest”) and under the SMI framework, to support its plan to implement an overarching outsourced SMI function (whilst the SMI contract will be new to the FCO it will cover services that are both new to the FCO and services that are currently provided by either the FCO or an incumbent supplier). It is anticipated that these initial Call-Off procurements will be run in parallel to that of the relevant Framework, reducing the time taken to enter into these Call-Offs post award of the Framework Agreements.
Where there is a need to meet additional FCO requirements and/or those of Partners Across Government (PAGs) wishing to make use of the services to meet their UK and overseas requirements, subsequent Call-Offs will be placed for these. The maximum duration of subsequent Call-Offs will be a matter for the FCO and the PAG at the time of Call-Off having regard to their particular requirements.
The information provided in Annex B of this Notice relates to initial and potential future Call-Offs by the Contracting Authority and other UK Public Bodies listed in section VI.3 (Customers). The starting dates and expected durations of further Call-Offs is not known at this stage. Other Call-Offs (whether let by the FCO for its own benefit or by or on behalf of other authorities) may differ in terms of duration, scope and Customers. Accordingly the value ranges provided in Section II.1.4 (and the individual lots at Annex B) are only estimates and the total level of business under the Framework Agreements may fall outside these estimates. Although the Authority does not guarantee any level of business through the Framework Agreements, bidders should be aware that the total level of business may exceed these estimates if eligible contracting authorities take up the opportunity to procure services under these Framework Agreements.
The durations specified in section II.1.4 are the maximum term and the periods during which Call-Offs may be placed under the Framework Agreements. These may continue in force after this period to the extent necessary for the ongoing performance of any order that has been placed before the expiry of the Framework Agreements. It will not be possible to place any Call-Offs after the expiry of each of the respective Framework Agreements. The Contracting Authority intends to award the Framework Agreements for the stated maximum term and introduce a tapering mechanism in the Framework Agreements to reduce the likelihood of Call-Offs extending substantially beyond the life of the Framework Agreements.
Services to be provided under these Framework Agreements.
The services to be made available under the Framework Agreements will include:
— SMI Services: the provision of SMI services for ICT suppliers and contracts across the FCO (and the other customers), including end-to-end service management of the ICT suppliers, service integration and change management and the provision of certain cross-cutting ICT services. It is anticipated that the initial Call-Off will broadly equate to the management of the Desktop Infrastructure and the FCO’s Oracle based Enterprise Resource Planning (ERP) services together with the provision of the service desk. Subsequently, this may be extended under further Call-Offs to cover additional SMI functions and SMI services for other ICT contracts of the FCO or its PAGs,
— desktop Infrastructure Services: the provision, support, maintenance and development of the FCO’s desktop infrastructure (including aspects such as the provision of end user and network hardware, email and internet services, data centre management and applications hosting). The initial Call-Off will be for the support of the existing Microsoft based legacy Firecrest infrastructure and related systems to ensure service continuity for the FCO and PAG customers, together with a number of (optional) core enhancements to the Firecrest system and services. Subsequently, this may be extended under further Call-Offs to cover the further evolution and support of Firecrest and additional ICT development, support and maintenance requirements of the FCO or its PAGs.
All suppliers delivering the services provided above will also be expected to provide a range of lifecycle and common services as an integral part of the contracted solutions including:
— project services: are services associated with the delivery of change to the operational and technical environment under a supplier’s control, such as service design and costing, technical, project and business change consultancy, change management, transition and exit management,
— operational services: are those elements that must be supplied under all the contracts and that must be delivered as an inherent part of all the services such as end-to-end management delivery, incident management and financial, change, configuration and service management.
The services listed above are required to be provided on a fully managed basis, which means delivery of services or applications from end-to-end, including support processes and functions such as support desk, maintenance and other associated ancillary operations. Service management will be required to conform to recognised industry standards such as ITIL. Suppliers will be expected to take full delivery risk for the services in order to meet the authority’s output-based specifications. Suppliers will be required to offer all the services listed in all required locations, either directly or through sub-contractors. They will also be expected to work in partnership with other suppliers.
Suppliers will be expected to deliver the services at a range of impact levels from Unclassified up to and including Confidential (IL4,4,4), with possible occasional requirements to provide services at higher impact levels. Services are required to be fully accredited to the relevant level.
Suppliers will be responsible for managing legacy assets and providing other assets required to deliver the services and meet the FCO’s requirements.
Suppliers will be required to offer business continuity (BC), disaster recovery (DR) and rapid deployment services in respect of the services they offer in any awarded lot and integrate with and participate in the FCO’s and other customers’ own BC/DR capabilities and plans.
Suppliers will be required to offer flexible pricing and billing options, including split / cost centre billing for shared services.
Suppliers will be expected to bid for and deliver all services awarded in a Call-Off on a global basis when requested.
All the services are required to align with / support current and future industry standards and best practice as well as any current and future government standards or policy.
The sustainability of services offered under these Framework Agreements will contribute to the Authorities’ achievements of their sustainability targets. As such, sustainability will be a common theme through the lifetime of the Framework Agreements and any Call-Offs awarded under them.
Further details of the services under each lot are found in Annex B and additional details on the services and capabilities required will be provided in the Supplier Prospectus and Pre-Qualification Questionnaire (PQQ) (see VI.3).
72000000, 72100000, 72200000, 72300000, 72400000, 72500000, 72600000, 72700000, 72800000, 72900000
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
Tenders may be submitted for one or more lots
Estimated value excluding VAT:
Range: between 65 000 000,00 and 350 000 000,00 GBP
Description of these options: As these are Framework Agreements, there will be no contractual commitment to any part of the services. However, significant elements are expected to be called off immediately, whilst others will be available as options to expand the scope of the services within the FCO or to other framework customers; more detail is set out for each lot in Annex B and in the Supplier Prospectus.
Information about lots
Lot No: 1 Lot title: Service Management & Integration Services (SMI)
It is envisaged that the first Call-Off may include, but not be limited to, the following core services delivered in line with recognised industry standards, such as ITIL:
Services delivered by the SMI.
— Day to day governance of the delivery of ICT services by third parties,
— Programme and Project governance,
— Single point of contact through an overarching Service Desk,
— Translating business requirements into ICT requirements,
— Implementing those ICT requirements that relate to the operation of the SMI,
— Defining & complying with the technical architecture,
— Operational Risk Management,
— Financial Management and Administration,
— Consolidated Service Reporting,
— IT Training.
Services delivered by the SMI through the management of third party suppliers to the FCO and its PAGs.
— Ensuring that ICT suppliers implement and comply with the relevant ICT requirements and technical architecture,
— Identification and implementation of service efficiency improvements,
— Demand Management,
— Service Level Management,
— Availability Management,
— Capacity Management,
— IT Service Continuity Management,
— Change Management,
— Exit and Transition Management,
— Project Planning and Support including Project Management,
— Service Asset and Configuration Management,
— Service Validation and Testing Management,
— Request Fulfilment,
— Incident Management,
— Access Management,
— Problem Management,
— Event Management,
— Continual Service Improvement.
It is anticipated that the above services will apply initially to the management of the FCO’s Desktop Infrastructure and Oracle based ERP services.
The FCO acknowledges the potential to add further ICT services and contracts throughout the life of the SMI Framework Agreement as the SMI service matures. These services are optional and include:
— Service Catalogue Management,
— Service Knowledge Management,
— Evaluation Management,
— Extension of the above services to Impact Levels above confidential,
— Information Security Management (Security Monitoring and Audit),
— Data Centre Management,
— Management of other ICT suppliers and contracts of the FCO or its PAGs.
The FCO wishes to maintain a multi-vendor model for the provision of its ICT services which retains a level of contractual separation and independence between the SMI and the other ICT suppliers. However, the FCO also understands that Bidders may wish to bid for the Desktop Infrastructure and SMI Services roles. In the scenario where the SMI provider was also the provider of desktop infrastructure or other ICT services, the FCO believes this would create a potentially serious conflict of interest. The FCO will therefore require any SMI Bidder to demonstrate clearly that it is able to put in place structures and processes and otherwise take steps which will avoid both the existence of such a conflict, and the appearance of such a conflict. Failing this, the Bidder will be required to decide which role it wishes to pursue (Desktop or SMI) and the contracting authority reserves the right to require the Bidder to withdraw its bid for the other Framework Agreement. If the Bidder is an existing ICT supplier to the FCO and fails to demonstrate that it can avoid conflicts of interest, the FCO will require it to withdraw its bid for the SMI role.
Bidders for the SMI role should also note that in future they may face similar restrictions if they are appointed as the SMI and subsequently wish to bid to provide a service that will be managed by the SMI.
72000000, 72100000, 72200000, 72300000, 72400000, 72500000, 72600000, 72700000, 72800000, 72900000
Range: between 15 000 000,00 and 80 000 000,00 GBP
The initial Call-Off will be for the service handover and on-going support and maintenance of the existing Microsoft based legacy Firecrest desktop infrastructure and systems for service continuity for the FCO and PAG customers. It will also include a number of (optional) core enhancements to the Firecrest system and services. Subsequently, this may be extended under further Call-Offs to cover the further evolution and support of Firecrest and additional ICT development, support and maintenance requirements of the FCO or its PAGs.
Firecrest comprises, but is not limited to, the following:
— desktop hardware including laptops,
— email services,
— business productivity applications,
— internet services,
— storage,
— printers / multi function devices,
— applications hosting for other ICT services using the firecrest platform,
— data centre, servers and LAN.
The Desktop Infrastructure Services provider will be required to provide lifecycle and common services in line with recognised industry standards, such as ITIL:
Project Services including, but not limited to:
— project and change management,
— design development & testing,
— implementation, transition & exit management,
— training,
— enterprise integration,
— operational integration,
— business process and change management,
— other consultancy services that may be required that are related to the services described above.
Operational services, including, but not limited to:
— the provision and maintenance of related infrastructure and assets,
— service operation,
— identification and implementation of service efficiency improvements,
— demand management,
— service level management,
— availability management,
— capacity management,
— IT service continuity management, disaster recovery & business continuity,
— change management,
— service asset and configuration management,
— service validation and testing management,
— request fulfilment,
— incident management,
— access management,
— problem management,
— event management,
— service portfolio evolution and continual service improvement,
— training,
— sustainability,
— logistics,
— management information & billing,
— information security.
All services will be provided at a range of impact levels from Unclassified up to and including Confidential (IL 4.4.4) with the occasional requirement to operate at a higher Impact Level.
The FCO wishes to maintain a multi-vendor model for the provision of its ICT services which retains a level of contractual separation and independence between the SMI and the other ICT suppliers. However, the FCO also understands that Bidders may wish to bid for the Desktop Infrastructure and SMI Services roles. In the scenario where the SMI provider was also the provider of desktop infrastructure or other ICT services, the FCO believes this would create a potentially serious conflict of interest. The FCO will therefore require any SMI Bidder to demonstrate clearly that it is able to put in place structures and processes and otherwise take steps which will avoid both the existence of such a conflict, and the appearance of such a conflict. Failing this, the Bidder will be required to decide which role it wishes to pursue (Desktop or SMI) and the contracting authority reserves the right to require the Bidder to withdraw its bid for the other Framework Agreement. If the Bidder is an existing ICT supplier to the FCO and fails to demonstrate that it can avoid conflicts of interest, the FCO will require it to withdraw its bid for the SMI role.
72000000, 72100000, 72200000, 72300000, 72400000, 72500000, 72600000, 72700000, 72800000, 72900000
Range: between 50 000 000,00 and 270 000 000,00 GBP
Section III: Legal, economic, financial and technical information
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The criteria regarding the Personal Situation of Economic Operators are set out within the PQQ.
Instructions to Express Interest:
Suppliers must register their intention to complete a PQQ by uploading to BravoSolution Portal their expression of interest by the date specified in Section IV.3.4 below.
The FCO’s PQQ and Supplier Prospectus can be found at https://fco.bravosolution.co.uk/web/login.shtml. Instructions for accessing the BravoSolution portal, downloading the PQQ and Supplier Prospectus and uploading completed PQQ’s are all contained on BravoSolution.
It is anticipated that the PQQ will be made available with effect from 16.3.2012.
It is the suppliers’ responsibility to download the PQQ from the portal, the FCO will not be held accountable for any failure by suppliers to do this.
The FCO must receive completed PQQ responses by the date specified within the PQQ. There will be a Launch Event associated with this OJEU, for further information and details please see section VI.3.
For assistance with BRAVOSolutions procurement portal please contact the FCO’s eTendering helpdesk on: Phone +44 8003684850 or email help@bravosolution.com.
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The FCO reserves the right to reject sub-contractors proposed by suppliers either during the award process or during the term of the Framework Agreement of any Call-Off. Should the FCO exercise this right it will do so by applying the selection criteria mentioned in the PQQ.
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: See the PQQ, which can be accessed at https://fco.bravosolution.co.uk/web/login.shtml by those suppliers who express an interest.
Minimum level(s) of standards possibly required: See the PQQ, which can be accessed at https://fco.bravosolution.co.uk/web/login.shtml by those suppliers who express an interest.
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: The FCO reserves the right to reject sub-contractors proposed by suppliers either during the award process or during the term of the Framework Agreement of any Call-Off. Should the FCO exercise this right it will do so by applying the selection criteria mentioned in the PQQ.
Minimum level(s) of standards possibly required: The FCO reserves the right to reject sub-contractors proposed by suppliers either during the award process or during the term of the Framework Agreement of any Call-Off. Should the FCO exercise this right it will do so by applying the selection criteria mentioned in the PQQ.
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
See the PQQ, which can be accessed at https://fco.bravosolution.co.uk/web/login.shtml by those suppliers who express an interest.
Minimum level(s) of standards possibly required
See the PQQ, which can be accessed at https://fco.bravosolution.co.uk/web/login.shtml by those suppliers who express an interest.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
The FCO reserves the right to reject sub-contractors proposed by suppliers either during the award process or during the term of the Framework Agreement of any Call-Off. Should the FCO exercise this right it will do so by applying the selection criteria mentioned in the PQQ.
Minimum level(s) of standards possibly required
The FCO reserves the right to reject sub-contractors proposed by suppliers either during the award process or during the term of the Framework Agreement of any Call-Off. Should the FCO exercise this right it will do so by applying the selection criteria mentioned in the PQQ.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: See the PQQ, which can be accessed at https://fco.bravosolution.co.uk/web/login.shtml by those suppliers who express an interest.
Section VI: Complementary information
The contracting authority reserves the right to withdraw or discontinue this procurement and, to the extent permissible by law, to make changes to the scope or procedure of this procurement. Without prejudice to the rights of any economic operator under Regulation 52 of the Defence and Security Public Contracts Regulations 2011, the contracting authority shall not be liable for any costs, expenses or liabilities incurred by any economic operator directly or indirectly as a result of such withdrawal, discontinuance or change. The FCO shall not be responsible for the costs or expenses incurred by a Potential Provider or their subcontractors, consortium members or advisors in connection with the preparation or submission of this procurement.
Some service lines may be provided for in more than one lot and awarded to a relevant supplier in any following Call-Off. Such service line items will be discussed with suppliers during competitive dialogue.
Small and Medium Sized Economic operators (SME’s) and New Market Entrants (NME’s) are encouraged to bid for this opportunity.
Please note that references to “global” capabilities include the UK. Suppliers should also note that the services will require accreditation from Unclassified up to Impact Level 4.
The PQQ and Supplier Prospectus that relate to this Notice are available for download from https://fco.bravosolution.co.uk. A Bidders’ Conference has been arranged for the afternoon of Friday 23rd March at the FCO’s King Charles Street address. For further information about the Bidders’ Conference please contact Intellect: nicki.todd@intellectuk.org.
Allowing for approval and governance activities and timescales, it is envisaged that the contract award dates for the Framework Agreements will be Q1 2013. Further details on the procurement approach and milestones are set out in the Supplier Prospectus.
The Authority reserves the right to accept variant bids, in addition to the prescribed format, especially from suppliers bidding for more than one lot where such bids can clearly demonstrate value for money provision of a combined service, subject to the supplier being able to demonstrate governance & operational mechanisms to avoid conflicts of interest (See Annex B Lots 1 & 2).
Authorities receiving services through the Framework Agreements are subject to UK Government security requirements. During the competitive dialogue phase of the procurement and for the delivery of services, some suppliers’ and/or contractors’ staff may be required to hold a security clearance recognised by the UK Government. This may be required for access to certain due diligence information, classified material, and to certain sites. Further information will be provided in the Supplier Prospectus.
The Authority wishes to establish two Framework Agreements for use by or on behalf of UK public sector bodies (and their statutory successors and organisations created as a result of re-organisation or organisational changes). These will include the bodies referred to in Section II.1.5 and also those set out in Schedule 1 to the Statutory Instrument 2006 No.5 – The Public Contracts Regulations 2006 (www.opsi.gov.uk/si/si2006/20060005.htm) and may include associated charities (e.g British Council), trading funds and executive agencies, in so far as where they may have a similar, overseas requirement.
This procurement is subject to review by the courts of England and Wales
UNITED KINGDOM
Foreign and Commonwealth Office
King Charles Street
SW1A 2AH London
UNITED KINGDOM
Internet address: http://fco.bravosolution.co.uk