ForHousing: ICT Infrastructure Framework Agreement

  ForHousing is using Delta eSourcing to run this tender exercise

Notice Summary
Title: ICT Infrastructure Framework Agreement
Notice type: Contract Notice
Authority: ForHousing
Nature of contract: Supplies
Procedure: Open
Short Description: ForViva is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of ICT Infrastructure equipment, software and services. For further details of the services to be carried out under the ICT Infrastructure Contract to be called off under the Framework by ForViva please refer to the specification attached at Appendix 4 of the ITT. Under the Framework Agreement the following entities will have the option to call-off as and when services are required: (i)ForViva and any entity within the ForViva group from time to time, (ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
Published: 06/04/2016 15:04
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Eccles: Network servers.
Section I: Contracting Authority
      I.1) Name and addresses
             ForViva Group Ltd
             52 Regent Street, Eccles, M30 0BP, United Kingdom
             Tel. +44 1616057606, Email: tenders@citywest.org.uk
             Contact: Procurement Team
             Main Address: https://www.forviva.org.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Eccles:-Network-servers./M4CJJ83GN7
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/M4CJJ83GN7 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: ICT Infrastructure Framework Agreement       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      48821000 - Network servers.
      JA01-1 - For computer hardware
      RC03-7 - In computer technology
      JA02-4 - For computer software

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: ForViva is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of ICT Infrastructure equipment, software and services. For further details of the services to be carried out under the ICT Infrastructure Contract to be called off under the Framework by ForViva please refer to the specification attached at Appendix 4 of the ITT. Under the Framework Agreement the following entities will have the option to call-off as and when services are required: (i)ForViva and any entity within the ForViva group from time to time, (ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing       
      II.1.5) Estimated total value:
      Value excluding VAT: 450,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.1) Title: Not provided       
      Lot No: Not provided       
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: ForViva is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of ICT Infrastructure equipment, software and services. For further details of the services to be carried out under the ICT Infrastructure Contract to be called off under the Framework by ForViva please refer to the specification attached at Appendix 4 of the ITT. Under the Framework Agreement the following entities will have the option to call-off as and when services are required: (i)ForViva and any entity within the ForViva group from time to time, which currently includes City West Housing Trust, Villages Housing Association and ForWorks. (ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents. Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off with framework suppliers. The form of Framework Agreement that ForViva proposes to enter into with the successful suppliers is set out at Appendix 2 of the ITT. It is intended that the Framework Agreement will be in place for a period of 4 years. During this period ForViva and its group members will retain the ability to procure services from outside the Framework Agreement and/or with suppliers who may not be party to the Framework Agreement. However, ForViva are committed to the success of the Framework Agreement and intend that, whenever practicable the services will be procured under the Framework Agreement through the appointment of framework suppliers. Whilst the Framework Agreement will be in place for a maximum period of 4 years, bidders should note that individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement. The current estimated value of the supplies and services to be called off under the Framework Agreement is approximately £450,000.00. This estimated value is based on ForViva’s anticipated requirements. Accordingly, suppliers should note that this value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 450,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      As set out in the tender documentation    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
            Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement    
5               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 17/05/2016 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 17/05/2016
         Time: 13:00


Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Eccles:-Network-servers./M4CJJ83GN7

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M4CJJ83GN7
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice in the Strand
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Royal Courts of Justice in the Strand
          London, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    In accordance with the provisions of the Public Contracts Regulations 2015    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          The Cabinet Office
       London, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 06/04/2016

Annex A


View any Notice Addenda

View Award Notice

UK-Eccles: Network servers.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       ForViva Group Ltd
       52 Regent Street, Eccles, M30 0BP, United Kingdom
       Tel. +44 1616057606, Email: tenders@citywest.org.uk
       Contact: Procurement Team
       Main Address: https://www.forviva.org.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: ICT Infrastructure Framework Agreement            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         48821000 - Network servers.
            JA01-1 - For computer hardware
            RC03-7 - In computer technology
            JA02-4 - For computer software


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: ForViva is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of ICT Infrastructure equipment, software and services. For further details of the services to be carried out under the ICT Infrastructure Contract to be called off under the Framework by ForViva please refer to the specification attached at Appendix 4 of the ITT. Under the Framework Agreement the following entities will have the option to call-off as and when services are required: (i)ForViva and any entity within the ForViva group from time to time, (ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 450,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: ForViva is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of ICT Infrastructure equipment, software and services. Under the Framework Agreement the following entities will have the option to call-off as and when services are required: (i)ForViva and any entity within the ForViva group from time to time, which currently includes City West Housing Trust, Villages Housing Association and ForWorks. (ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future)will only be entitled to call off under the Framework Agreement if ForViva consents. Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off with framework suppliers.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Pricing / Weighting: 30
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 2015/S 199-361437    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/07/2016

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Quadris Ltd
             Stockport, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 450,000          
         Total value of the contract/lot: 650,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=216667892

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice in the Strand
          London, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Royal Courts of Justice in the Strand
          London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: In accordance with the provisions of the Public Contracts Regulations 2015

      VI.4.4) Service from which information about the review procedure may be obtained
          The Cabinet Office
          London, United Kingdom

   VI.5) Date of dispatch of this notice: 30/08/2016