Supply Back Office Telephone System London
The current requirement is the provision of a Back Office Telephone System including: the supply, installation and commissioning of all necessary equipment including gateways/ servers, switchboard consoles, handsets/headsets etc. to support approximately 1400 users.
United Kingdom-London: IP telephone services
2014/S 212-375118
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London and Quadrant Housing Trust (L&Q)
One Kings Hall Mews, Lewisham
For the attention of: Paul Sutcliffe
SE13 5JQ London
UNITED KINGDOM
Telephone: +44 8444069000
E-mail: psutcliffe@lqgroup.org.uk
Internet address(es):
General address of the contracting authority: http://www.lqgroup.org.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0209
Further information can be obtained from: London and Quadrant Housing Trust (L&Q)
One Kings Hall Mews, London
SE13 5JQ Lewisham
UNITED KINGDOM
Telephone: +44 8444069000
E-mail: psutcliffe@lqgroup.org.uk
Internet address: http://www.lqgroup.org.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London and Quadrant Housing Trust (L&Q)
One Kings Hall Mews, London
For the attention of: Paul Sutcliffe
SE13 5JQ Lewisham
UNITED KINGDOM
Telephone: +44 8444069000
E-mail: psutcliffe@lqgroup.org.uk
Internet address: http://www.lqgroup.org.uk
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
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
Purchase
Main site or location of works, place of delivery or of performance: London, UK.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
— the supply, installation and commissioning of all necessary equipment including gateways/ servers, switchboard consoles, handsets/headsets etc. to support approximately 1400 users,
— the provision of sufficient and appropriate back office desk phone and associated software licences,
— system implementation,
— training for staff, managers, system administrators etc. as necessary,
— overall project management.
Against this background, L&Q wishes to introduce a new Back Office Telephone System which ensures:
— improved internal communications,
— enhanced communication between office and external field based staffs.
In doing so, it is envisaged that the new system will provide:
— Voice Mail facilities including retrieval of messages within the email system,
— Telephony Management Information (MI),
— unified communications.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=141069
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.myTenders.org/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
II.1.6)Common procurement vocabulary (CPV)
64215000, 32550000, 32429000, 32551300, 32552330, 50334110, 32552100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: The initial term of the contract shall be three (3) years with options to extend – at the absolute discretion of L&Q – by up to two one (1) year extensions each, giving a total potential term of five (5) years.
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
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
III.2.3)Technical capacity
Please refer to the Pre-Qualification Questionnaire (PQQ) for details.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Please refer to the Pre-Qualification Questionnaire (PQQ) for details.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
VI.5)Date of dispatch of this notice: