IT Services Hardware Software and Consultancy Tender
Lot 1 – Client Hardware. Lot 2 – Server and Storage Hardware. Lot 3 – Outsourced IT Services. Lot 4 – Business Intelligence. Lot 5 – Licensing. Lot 6 – Hardware Disposal. Lot 7 – Mobile Working. Lot 8 – Apple Device Support.
United Kingdom-Preston: IT services: consulting, software development, Internet and support
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Places for People Group Limited
4 The Pavilions, Port Way
For the attention of: Susan Duncan-Wood
PR2 2YB Preston
UNITED KINGDOM
Telephone: +44 1772897504
E-mail: purchasing@placesforpeople.co.uk
Internet address(es):
General address of the contracting authority: www.placesforpeople.co.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
The contracting authority is purchasing on behalf of other contracting authorities: yes
The Places for People Group Limited’s current and future subsidiaries (the Contracting Authority). See all parties described under VI.3 Additional Information.
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
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
Duration of the framework agreement
Duration in years: 4
Justification for a framework agreement, the duration of which exceeds four years: The Contracting Authority shall be entitled at it’s absolute discretion to extend the duration of the contract after the initial two (2) year term, by up to two (2) periods of one (1) years making a total possible contract period of four (4) years.
Economic operators shall note that the maximum duration of the framework agreement shall be four years but that call-off contracts awarded pursuant to those framework agreements may last longer than the duration of the framework agreements.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 8 000 000 and 30 000 000 GBP
Frequency and value of the contracts to be awarded: Precise quantities and values are unknown and will also depend on the number of purchasers relying on the framework. Whilst it is anticipated that initial expenditure will be in the region of 8 000 000 GBP to
II.1.5)Short description of the contract or purchase(s)
Places for People are seeking Lot Lead Partners who can deliver a series of IT related services to The IT Services Hub which will be utilised and owned by Places for People. It is intended that the Framework Agreement will be capable of being used by other Contracting Authorities in the United Kingdom.
For the purposes of this procurement, the opportunity has been divided into lots.
Lot 1 – Client Hardware
Lot 2 – Server and Storage Hardware
Lot 3 – Outsourced IT Services
Lot 4 – Business Intelligence
Lot 5 – Licensing
Lot 6 – Hardware Disposal
Lot 7 – Mobile Working
Lot 8 – Apple Device Support
Bidders can submit a ITT for 1 or more lots. Places for People wishes to establish a strategic alliancing agreement (to be entered into by Places for People and all lot Lead Partners) for the long-term viability of the IT Services Hub. A strategic alliancing agreement is being used in order to establish a steering group to provide a forum for the IT Services Hub Lead Partners to work together on their respective lot discipline for the benefit of hub members, share best practice, make best use of innovative technology, increase productivity and develop a cohesive Hub strategy in the fast developing and changing nature of the IT market.
II.1.6)Common procurement vocabulary (CPV)
72000000
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:
The principle of the IT Services Hub is to package a series of services that Places for People and other contracting authority clients require and market the services ensuring quality and value for money allowing a range of contracting authorities to join the hub and use the services. The core framework will be owned by Places for People. The hub arrangement would give the opportunity for the selected lead partners to deliver any of their services individually or where applicable a series of the services with other lot lead partners. The appointed partners should be competent in the provision of the services & works listed
Lot 1 – Client Hardware
To include some or all components of client provisioning, from; solution design, supply, configure, deliver, support and administration.
Lot 2 – Server and Storage Hardware
To include some or all components of server & storage provisioning, from; solution design, supply, configure, deliver, support and administration.
Lot 3 – Outsourced IT Services
This lot would include all of the services in Lots 1 & 2 plus some 1st and 2nd line support, break fix services and asset disposal
Lot 4 – Business Intelligence
The supply of bespoke solution design for a BI platform and the support and maintenance of a SAP Business Objects environment.
Lot 5 – Licensing
To provide advice, estate review, strategic guidance and brokerage of the Microsoft licensing stack.
Lot 6 – Hardware Disposal
To supply disposal and recycling services for redundant IT and communications equipment which will include (but is not limited to) Desktop PC’s, Thin clients, Monitors, Laptop computers, Tablet devices, Mobile devices, router, switches and cabinets.
Lot 7 – Mobile Working
The supply of smart tablets and devices which will include (but is not limited to) iPads, iPad Minis, Google Chrome books, netbooks and the Microsoft Surface.
Lot 7 – Apple Device Support
To include some or all components of providing and supporting an Apple estate; supply, configure, deliver, support and asset administration
Each prospective partner will be required to demonstrate past experience and capability in providing these services and works, how they will deliver this package and their quality and performance as well as continuous improvement.
The framework is intended to be a re-useable framework and will be open to membership from other interested organisations. The initial term of the framework is 2 years with an option for 2 extensions of 1 year, giving a maximum period of four years. Call-offs may be made in the final year of the Framework Agreement, which may extend the durations beyond this period.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Client Hardware
1)Short description
2)Common procurement vocabulary (CPV)
72000000
Lot No: 2Lot title: Server and Storage Hardware
1)Short description
2)Common procurement vocabulary (CPV)
72000000
Lot No: 3Lot title: Outsourced IT Services
1)Short description
2)Common procurement vocabulary (CPV)
72000000
Lot No: 4Lot title: Business Intelligence
1)Short description
2)Common procurement vocabulary (CPV)
72000000
Lot No: 5Lot title: Licensing
1)Short description
2)Common procurement vocabulary (CPV)
72000000
Lot No: 6Lot title: Hardware Disposal
1)Short description
2)Common procurement vocabulary (CPV)
72000000
Lot No: 7Lot title: Mobile Working
1)Short description
2)Common procurement vocabulary (CPV)
72000000
Lot No: 8Lot title: Apple Device Support
1)Short description
2)Common procurement vocabulary (CPV)
72000000
Section III: Legal, economic, financial and technical information
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:
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
Description of particular conditions: Under the contract the service provider and its supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly the contract performance conditions may relate in particular to social and environmental considerations. Other conditions of the contract with which the successful company will be required to comply will be set out in the tender documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the Contract Docs.
III.2.3)Technical capacity
As set out in the Contract Docs.
Minimum level(s) of standards possibly required:
As set out in the Contract Docs.
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.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 68-116797 of 5.4.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Contracting Authority (Places for People Group Limited as agent for and on behalf of its current and future subsidiaries) intends to use an eTendering system in this procurement exercise. Expressions of interest and requests for additional information should be emailed to purchasing@placesforpeople.co.uk before 12:00 midday on 5.6.2014. Please provide the following contact details – name, phone, email address and postal address. The email should be titled PQQ Expression of Interest – IT Services Hub.
Applicants will then receive a login to Ariba Sourcing and will be able to view and download tender documents, additional information and submit pre-qualification responses. Tender responses should be submitted online using Ariba Sourcing no later than 12 midday on 8.6.2014. Please note that Ariba Sourcing will be unavailable between 16:00 and 18:00 hours UK time during weekdays to enable new expressions of interest to be set up and provided their login access details.
Please note: Fully completed and returned Tenders will be used to select those invited to be Lot Leads. There is no guarantee that any organisation will be awarded services under the framework agreement and the Contracting Authority reserves the right not to award part or part of the services only.
It is intended that this Framework Agreement will be capable of being used by other Contracting Authorities in the United Kingdom. This procurement is being undertaken by PfP for itself and as lead authority for the benefit of other organisations set out in Annex A (without any obligation for them to participate) of the OJEU notice (and any successor body of any of the organisations listed) and for the benefit of any public authority/Registered Provider (RSLs in Wales) that may fall within the geographical remit of the United Kingdom. Accordingly, it is the intention that these other UK public organisations should be able to rely on this procurement to purchase such services without the need for any further procurement process.
The public sector bodies to whom the use of this framework agreement is open, include without limitation, the following in the geographical area stated in II.1.2:
Central government departments and their executive agencies (a list of such departments and executive agencies can be found at http://www.cabinetoffice.gov.uk/government-business/government-ministers-responsibilities.aspx),
Non-departmental public bodies (NDPBs) (a list of NDPBs can be found at annex A to the Public Bodies Directory 2007 published by the Cabinet Office) which can be found at http://www.civilservice.gov.uk/documents/pdf/public_bodies_2007.pdf).
National Health Service (NHS) bodies, including. hospital trusts, which in turn include, acute trusts:
1 Trusts operating community hospitals and
2 the provider functions of primary care trusts),
Primary care trusts:
1 Care trusts,
2 Care trusts plus,
3 Ambulance trusts,
4 Mental health trusts,
5 Strategic health authorities,
6 Special health authorities,
7 Community health councils,
8 Local health boards,
9 NHS foundation trusts,
10 Health boards, NHS trusts, community health councils and other constituent bodies of the NHS in Wales,
11 NHS Scotland and its constituent bodies including: the Scottish Ambulance Service, 1 Special NHS Boards and the other constituent organisations of the Scottish National Health Service.
Lists of all of such NHS authorities, trusts, councils, boards and other bodies can be found at: http://www.nhs.uk/servicedirectories/pages/primarycaretrustlisting.aspx, http://www.wales.nhs.uk/nhswalesaboutus/structure,http://www.show.scot.nhs.uk/organisations/index.aspx:
Local authorities (as defined in Regulation 3(2) to 3(5) inclusive of the Public Contracts Regulations 2006 (as amended) (the Regulations), a list of such authorities being available at: http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG,
Police forces and other emergency services, including fire and rescue services, the Maritime and Coastguard Agency and other rescue authorities (a list of Police authorities and fire and rescue services can be found respectively at the following.
http://www.police.uk/forces.htm, and
http://www.fireservice.co.uk/information/ukfrs.php,
Educational establishments (i.e. schools maintained by local authorities, academies, city technology colleges, the learning and skills council, further education establishments, and universities,
Registered Providers (RSLs in Wales), a list of such authorities being available at: http://www.communities.gov.uk
Registered charities, as detailed at: http://www.charity-commission.gov.uk/,
Devolved and other administrations within the British Isles, including those detailed at:
(in the case of Scotland) http://scotland.gov.uk/Home, and
http://www.scottish.parliament.uk/,
(in the case of Wales) http://new.wales.gov.uk/?llang=en,
Airport authorities and other bodies associated with public safety,
all other contracting authorities cited by name or class in Regulation 3 of and/or Schedule 1 to the Public Contracts Regulations 2006 (as amended), and,
all other bodies who are Utilities, and who are cited by name or class in Schedule 1 to the Utilities Contracts Regulations 2006.
Save for any mandatory periods, the timescales indicated in this notice are approximate and the Contracting Authority reserved the right to amend the same.
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Office of Government Commerce
1 Horse Guard’s Road
SW1A 2HQ London
UNITED KINGDOM
Telephone: +44 8450004999
VI.5)Date of dispatch of this notice:25.4.2014