Supply Corporate Mobile Working Solutions London
London Borough of Hackney is inviting Service Providers to tender for the design and deployment of a mobile working solution for the Council.
United Kingdom-London: Industry specific software package
2015/S 092-165629
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Hackney
HackneyTown Hall, Mare Street
For the attention of: Olubunmi Akinmade
E8 1EA London
UNITED KINGDOM
Telephone: +44 2083563448
E-mail: cservices.procurement@hackney.gov.uk
Internet address(es):
General address of the contracting authority: www.hackney.gov.uk
Address of the buyer profile: http://www.hackney.gov.uk/f-tenders-828.htm
Electronic access to information: http://www.hackney.gov.uk/f-tenders-828.htm
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
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 UKI12
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)
Mobile hardware devices such as tablets and phones are outside the scope of this procurement.
Only suppliers meeting the selection criteria following the pre-qualification process, outlined in Section IV.1.2 of this Contract Notice would be invited to tender.
The initial term of the contract will be for five (5) years with the option to extend for up to a further five (5) years in twelve (12) months instalments. The contract is expected to commence in October 2015.
II.1.6)Common procurement vocabulary (CPV)
48100000, 72212330, 72260000
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:
The estimated figures provided below are for the entire contract duration, that is, initial term plus extension.
Estimated value excluding VAT:
Range: between 800 000 and 950 000 GBP
II.2.2)Information about options
Description of these options: Option to extend for up to further five (5) years in twelve (12) month instalments.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 05
II.3)Duration of the contract or time limit for completion
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.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See Pre-Qualification Questionnaire which can be downloaded from:
III.2.2)Economic and financial ability
III.2.3)Technical capacity
The Council will assess organisation’s technical capacity and capability to participate as described in the Pre-Qualification Questionnaire.
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.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: In order to be considered for selection respondents must achieve:
a) an overall score of at least 50 %, and
b) score above 0 on weighted questions 7.1 – 7.6.
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.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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.3.5)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
IV.3.8)Conditions for opening of tenders
Date: 27.7.2015 – 12:00
Place:
Hackney Procurement Service, Keltan House, E8 4RU.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Pre-Qualification Questionnaire document and Information pack giving an overview of the Council’s requirements can be downloaded from the Council’s website.
Please go to: http://www.hackney.gov.uk/f-tenders-828.htm
VI.4.1)Body responsible for appeal procedures
See section VI.4.2
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: