Tender for Strategic Consultancy and Business Support Services
The London Borough of Barking and Dagenham intends to establish a Framework for the provision of consultancy and support services. 5 Lots. 1) IT Support Services, 2) Executive Search Recruitment Services.
United Kingdom-Barking: IT services: consulting, software development, Internet and support
2020/S 146-360578
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Barking town hall
Town: Barking
NUTS code: UKI52 Barking & Dagenham and Havering
Postal code: IG11 7LU
Country: United Kingdom
E-mail: procurement@lbbd.gov.uk
Telephone: +44 2082272088
Address of the buyer profile: https://lbbd.bravosolution.co.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Strategic Consultancy and Business Support Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The London Borough of Barking and Dagenham intends to establish a framework for the provision of consultancy and support services. This framework will cover various services that are broken down as follows:
1) IT Support Services,
2) Executive Search Recruitment Services,
3) Investment Advice Consultancy Services,
4) Contact Centre Services Provision,
5) Public Affairs Consultancy Services
The framework will be used by or on behalf of the whole of the UK public sector and their associated bodies (including companies and partnerships) and agencies, the voluntary sector, charities and/or other private organisations acting as managing agents or procuring on behalf of the public sector delivering services of a public nature.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
IT Support Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot covers 14 support services, these will be evaluated and awarded individually, bidders can apply for any number of these. The lot covers:
Lot 1a: DBA Support,
Lot 1b: Sharepoint,
Lot 1c: Office 365,
Lot 1d: GIS Support,
Lot 1e: Integration platform support,
Lot 1f: ITSM tool support,
Lot 1g: RPA development and support,
Lot 1h: Service desk support,
Lot 1i: Specialist infrastructure support,
Lot 1j: Strategic IT consultancy, advice and support,
Lot 1k: IT security design and support,
Lot 1l: Network design and specialist support,
Lot 1m: Software licence management,
Lot 1n: VDI support and maintenance.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
A maximum of five suppliers will be awarded to each subcategory under this lot (A maximum of 70 in total). Bidders can be successful for any number of the 14 subcategories.
II.2.1)Title:
Executive Search Specialist Recruitment Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Council requires specialist resources to complement its existing project management and transformation teams, the provision is expected to be provided across a wide scope of categories and specialist knowledge. The requirements maybe of a temporary or a permanent basis.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The anticipated maximum number of successful bidders to be awarded a place for this lot is 10.
II.2.1)Title:
Investment Advice Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is split into two subcategories:
3a — Treasury and accounting advice services
To provide treasury and accounting advice services on a variety of commercial propositions with varying elements.
3b — Property and investment due diligence
To provide due diligence on investment transactions including detailed due diligence on property and commercial investment decisions. The key aspects of the service are to provide recommendation reports on the suitability of individual investment decisions.
To provide ongoing technical and investment due diligence to support and protect the clients interests throughout a commercial negotiation process.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is anticipated that there will be a maximum of five bidders awarded for each subcategory (so a maximum of 10 for the lot). Bidders may bid for both subcategories so the overall number of bidders awarded a place on the lot may be less than 10.
II.2.1)Title:
Contact Centre Services Provision
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is for the provision of call centre/contact centre services. This could be for every element of the service including a fully outsourced provision.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is anticipated that a maximum of five places will be awarded for this lot.
II.2.1)Title:
Public Affairs Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot is for the provision of public affairs consultancy, primarily focused on strategic regeneration to influence public policy and to build successful relationships and common ground with key stakeholders to ensure the successful delivery of large-scale strategic regeneration schemes.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
It is envisaged that a maximum of five providers will be awarded a place on the framework for this lot.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
These can be found within the contract documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The value provided in section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
This framework covers several services and the anticipated number of operators per lot varies. Our best estimate of the maximum number of bidders that will be awarded to each lot are as follows:
Lot 1a: 5
Lot 1b: 5
Lot 1c: 5
Lot 1d: 5
Lot 1e: 5
Lot 1f: 5
Lot 1g: 5
Lot 1h: 5
Lot 1i: 5
Lot 1j: 5
Lot 1k: 5
Lot 1l: 5
Lot 1m: 5
Lot 1n: 5
Lot 2: 10
Lot 3: 10
Lot 4: 5
Lot 5: 5.
All documents available at https://lbbd.bravosolution.co.uk
VI.4.1)Review body
Postal address: The Strand
Town: London
Postal code: WC2 2LL
Country: United Kingdom
VI.5)Date of dispatch of this notice: