Managed IT Tender North Wales
ICT Consolidated Managed Service Project.
United Kingdom-Colwyn Bay: Computer-site planning consultancy services
2013/S 221-385195
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
The Office of the Police Crime Commissioner for North Wales Police
Force Headquarters, Glan-Y-Don
For the attention of: Patricia Strong
LL29 8AW Colwyn Bay
UNITED KINGDOM
E-mail: patricia.strong@nthwales.pnn.police.uk
Internet address(es):
Address of the buyer profile: www.policeprocurementnorthwest.co.uk
Further information can be obtained from: Additional information
Internet address: www.bluelight.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Documents
Internet address: www.bluelight.gov.uk
Tenders or requests to participate must be sent to: Requests to participate
Internet address: www.bluelight.gov.uk
Section II: Object of the contract
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: North Wales.
NUTS code UKL
Duration of the framework agreement
Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: Due to the high investment required to set up this new services 4 years is and insufficient pay back period
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 15 000 000 and 3 000 000 GBP
The contracting authority anticipates that the ICT services under this requirement will include:
1. Infrastructure Services, including Server and Web Hosting, Telephony, WAN, LAN Support and Design & Build;
2. Application Managed Services, including Business Systems Development, Upgrades and Design & Build;
3. Managed Desktop Services, including Desktop Support and Design & Build;
4. Service Management, including Service Desk, Business Systems Support & Maintenance and Project Management
5. Provision of a service integration capability to manage NWP’s ICT suppliers including provision of a Service Management wrapper for national framework contracts.
Further details on the outline scope of the ICT services are set out in the Descriptive Document, which will be sent to applicants together with the Pre-Qualification Questionnaire referred to in III.2.1.
The precise scope of the services to be provided under this requirement will be subject to detailed discussion and determination through the Competitive Dialogue phase. The contracting authority will consider varying innovative options for the provision of services to meet the contracting authority’s requirements.
The ICT services delivered under any contract awarded pursuant to this notice must be consistent with and achieve the contracting authority’s objectives for the procurement, including those objectives stated in the Descriptive Document.
72130000, 64200000, 72222000, 32400000, 64210000, 30200000
For further information on the scope of the procurement, please see the contracting authority’s Information Memorandum, which will be sent to applicants together with the Pre-Qualification Questionnaire referred to in III.2.1.
Description of these options: For details on potential options, please see the contracting authority’s Descriptive Document, which will be sent to applicants together with the Pre-Qualification Questionnaire referred to in III.2.1.
Section III: Legal, economic, financial and technical information
Description of particular conditions: The performance standards and targets will be developed during the competitive dialogue phase, based upon NWP’s detailed requirements and the proposals for service delivery
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Please refer to the contracting authority’s Pre-Qualification Questionnaire relating to this procurement, which will be issued (together with a Descriptive Document) to all parties who express an interest in participating in the competitive dialogue phase for this procurement.
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Please refer to the contracting authority’s Pre-Qualification Questionnaire referred to in III.2.1.
Minimum level(s) of standards possibly required: Please refer to the contracting authority’s Pre-Qualification Questionnaire referred to in III.2.1.
Please refer to the contracting authority’s Pre-Qualification Questionnaire referred to in III.2.1.
Minimum level(s) of standards possibly required:
Please refer to the contracting authority’s Pre-Qualification Questionnaire referred to in III.2.1.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Please refer to the contracting authority’s Pre-Qualification Questionnaire referred to in III.2.1.
The objective criteria for choosing the Applicants that will be invited to participate in the competitive dialogue phase, and the relative weightings allocated to each criterion are detsiles at www.bluelight.gov.uk
Each Applicant will be allocated a percentage score on the above criteria, based on the relative percentage weightings for each criterion set out above. The scorings will be ranked on the basis of highest scoring Applicants.
Payable documents: no
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Members of the OPCC and Project.
Section VI: Complementary information
It is the contracting authority’s intention to hold a Bidders Conference in NorthWales on 2.12.2013, the purpose of which will be to provide further information on this procurement. Further details of the Bidders Conference will be available within in the PQQ.
This procurement is primarily for NWP however the resulting contact will be available to other Public Sector Bodies should they wish to utilise it in the future.
North Wales Police
Glan-y-Don, Abergele Road
LL29 8AW Colwyn Bay
UNITED KINGDOM
E-mail: Procurement@nthwales.pnn.police.uk
Internet address: www.north-wales.police.uk
VI.5)Date of dispatch of this notice:13.11.2013