Stonewater Limited has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Microsoft Enterprise Licence Agreement |
Notice type: | Contract Notice |
Authority: | Stonewater Limited |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The procurement of a full 3 year Microsoft Agreement, in line with the specified licences for the Stonewater estate, (available in the tender documents). The successful supplier will be expected to provide the most cost effective solution for the required licences as well as being in a strong position with Microsoft to work flexibly with Stonewater over the contract term to add and enhance the licence estate, in line with business changes and demand. The successful supplier should also be able to maximise their delivery of the Stonewater contract in terms providing updates and information on Microsoft products as well as supporting the training and development of Stonewater staff where possible and relevant. A variety of social value and sustainability initiatives should also be targeted by the successful supplier in any way possible. This will be discussed and agreed with Stonewater during the contract award stage. |
Published: | 08/02/2021 11:21 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Stonewater Limited, United Kingdom
Suite C, Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
Tel. +44 7387024336, Email: andrew.russell@stonewater.org
Main Address: https://www.stonewater.org, Address of the buyer profile: https://www.stonewater.org
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: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./6H8P6CXPR7
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ 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: Microsoft Enterprise Licence Agreement
Reference Number: 00125-CS
II.1.2) Main CPV Code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The procurement of a full 3 year Microsoft Agreement, in line with the specified licences for the Stonewater estate, (available in the tender documents).
The successful supplier will be expected to provide the most cost effective solution for the required licences as well as being in a strong position with Microsoft to work flexibly with Stonewater over the contract term to add and enhance the licence estate, in line with business changes and demand.
The successful supplier should also be able to maximise their delivery of the Stonewater contract in terms providing updates and information on Microsoft products as well as supporting the training and development of Stonewater staff where possible and relevant. A variety of social value and sustainability initiatives should also be targeted by the successful supplier in any way possible. This will be discussed and agreed with Stonewater during the contract award stage.
II.1.5) Estimated total value:
Value excluding VAT: 600,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The procurement will be run as an Open Procedure due to the time pressures on delivering the project. Owing to the Prior Information Notice issued on 21st October 2020, the tender process will be conducted as an accelerated procedure with a sole scored focus on pricing. Suppliers will be expected to make a commitment to a series of account management criteria, which will be present in the tender documentation, but this will not be scored directly in the tender exercise.
II.2.5) Award criteria:
Criteria below
Cost criterion - Name: Pricing Against Documented Schedule of Requirements / Weighting: 100
II.2.6) Estimated value:
Value excluding VAT: 600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: 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:
Not Provided
III.1.2) Economic and financial standing
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
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 OPEN
IV.1.1) Type of procedure: Open Acclerated
Justification for the choice of accelerated procedure: To ensure delivery of the project in the required timescales.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
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: No
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: 01/03/2021 Time: 17:00
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:
Until: 01/04/2021
IV.2.7) Conditions for opening of tenders:
Date: 01/03/2021
Time: 17:30
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The access code for the tender is DR28GZB9DG.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=536473138
VI.4) Procedures for review
VI.4.1) Review body:
Stonewater Limited
Suite C, Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
Tel. +44 7387024336, Email: andrew.russell@stonewater.org
Internet address: https://www.stonewater.org
VI.4.2) Body responsible for mediation procedures:
Stonewater Limited
Suite C, Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
Tel. +44 7387024336, Email: andrew.russell@stonewater.org
Internet address: https://www.stonewater.org
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Stonewater Limited
Suite C, Lancaster House, Grange Business Park, Enderby Road, Leicester, LE8 6EP, United Kingdom
Tel. +44 7387024336, Email: andrew.russell@stonewater.org
Internet address: https://www.stonewater.org
VI.5) Date Of Dispatch Of This Notice: 08/02/2021
Annex A