Tender for ITSM Managed Service Replacement
Sussex Partnership NHS Foundation Trust ITSM Managed Service Replacement.
United Kingdom-Leatherhead: IT services: consulting, software development, Internet and support
2020/S 099-238549
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 18 Mole Business Park
Town: Leatherhead
NUTS code: UKJ2
Postal code: KT22 7AD
Country: United Kingdom
E-mail: David.mizon@sussexpartnership.nhs.uk
Telephone: +44 1883383838Internet address(es):Main address: https://www.sussexpartnership.nhs.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Sussex Partnership NHS Foundation Trust ITSM Managed Service Replacement
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Please note this is the replacement of an open procedure cancelled as a result of impacts due to Covid-19 (Document number 2020/S 054-129774)
This procurement is for the replacement of the Sussex Partnership NHS Foundation Trust’s Service Desk and ITSM managed service. The contract also covers the full replacement of Trust end user computing devices and associated management and support of those devices for the term.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Sussex partnership NHS Foundation Trust and all associated sites. please see https://www.sussexpartnership.nhs.uk/our-locations for indicative locations
II.2.4)Description of the procurement:
The authority is looking to procure the following from a single Bidder under the terms and conditions provided to the bidders:
• a fully managed service
• a full device refresh of desktop and laptop devices and upgrade to Windows 10 and Office 2019 (see Volumetric Document for device numbers)
• an on-authority premises service desk (all core hours service desk support must be provided on the authority site)
• a full break/fix service and incident management with associated SLAs (financial rights of remedy mandatory)
• a fully featured ITSM tool and portal for end users
• full call handling system and alternative contact methods
• change management services
• knowledge management services
• asset management and device tracking services
• problem management services
• configuration management services
• moves, adds and changes
• Wi-Fi Service Management (Full Authority private and public Wi-Fi management and break/fix)
• implementation services including but not limited to setup, training, data migration, testing, go-live, and post go-live support
• ongoing professional services and support.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Up to two (2) neweals of 12 months each (a total of an additional 24 months).
II.2.10)Information about variants
II.2.11)Information about options
Options are permitted in accordance with the guidance set out in the procurement documentation.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice: