Flagship Housing Group has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Mobile Telecoms Services |
Notice type: | Contract Notice |
Authority: | Flagship Housing Group |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Flagship Group are looking for a supplier to work in partnership with them for mobile telecom services. They currently have 760 mobile devices including iPads and smart phones across the Flagship estate of East Anglia, England. The network coverage across this region is poor and we have many operational areas where there are complete ‘not-spots’ and partial ‘not-spots’. In bidding for this tender you need to be confident that you can provide a good level of coverage and where there are complete ‘not spots’ provide Flagship Group with creative and alternative ways of obtaining sufficient network coverage. As part of this contract they require a device refresh programme, on demand sim and account changes, excellent account reporting services and efficient billing services. |
Published: | 14/07/2015 10:04 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Flagship Housing Group
Keswick Hall, Keswick, Norwich, NR4 6TJ, United Kingdom
Tel. +44 8452586110, Fax. +44 1603255404, Email: sandra.smith@flagship-group.co.uk, URL: https://www.flagship-group.co.uk/, URL: https://www.flagship-group.co.uk/supplier-zone
Contact: IT Service Delivery, Attn: Sandra Smith - IT Service Delivery Manager
Electronic Access URL: https://www.flagship-group.co.uk/mobile-telecom-services-tender
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Mobile Telecoms Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 5
Region Codes: UKH1 - East Anglia
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Telecommunications services. Telecommunications network. Telecommunications equipment and supplies. Wireless telecommunications system. Telecommunications equipment. Telecommunications facilities. Telecommunications system. Flagship Group are looking for a supplier to work in partnership with them for mobile telecom services. They currently have 760 mobile devices including iPads and smart phones across the Flagship estate of East Anglia, England.
The network coverage across this region is poor and we have many operational areas where there are complete ‘not-spots’ and partial ‘not-spots’. In bidding for this tender you need to be confident that you can provide a good level of coverage and where there are complete ‘not spots’ provide Flagship Group with creative and alternative ways of obtaining sufficient network coverage.
As part of this contract they require a device refresh programme, on demand sim and account changes, excellent account reporting services and efficient billing services.
II.1.6)Common Procurement Vocabulary:
64200000 - Telecommunications services.
DA14-3 - Mobile
32412100 - Telecommunications network.
DA14-3 - Mobile
32500000 - Telecommunications equipment and supplies.
DA14-3 - Mobile
32510000 - Wireless telecommunications system.
DA14-3 - Mobile
32522000 - Telecommunications equipment.
DA14-3 - Mobile
32523000 - Telecommunications facilities.
DA14-3 - Mobile
32524000 - Telecommunications system.
DA14-3 - Mobile
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Pre agreed voice and data packages. New Sim and changes on demand. Device refresh on demand. Reporting on demand.
Currently 760 mobile devices including iPads and smart phones, but this may change both in terms of total quantities and device mix in line with operational business changes and growth plans.
Term of 3 years with an option to extend by up to a further 2 years.
Estimated value excluding VAT:
Range between: 240,000 and 600,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: Flagship will consider alternative voice and data packages, tariff packages and device refresh arrangements to achieve economically advantageous total lifetime cost reductions.
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: Range between: 2 to 6
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 36
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
These are set out in the Pre-Qualification (PQQ) pack.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
These are set out in the Pre-Qualification (PQQ) pack.
Minimum Level(s) of standards possibly required:
These are set out in the Pre-Qualification (PQQ) pack.
III.2.3)Technical capacity
Technical capacity - means of proof required
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Information and formalities necessary for evaluating if requirements are met:
These are set out in the Pre-Qualification (PQQ) pack.
Minimum Level(s) of standards possibly required:
These are set out in the Pre-Qualification (PQQ) pack.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 5
Objective Criteria for choosing the limited number of candidates:
These are set out in the Pre-Qualification (PQQ) pack.
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 20/07/2015
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 27/07/2015
Time: 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 3 to 5 years
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=151913989
GO-2015714-PRO-6793598 TKR-2015714-PRO-6793597
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 14/07/2015
ANNEX A
View any Notice Addenda
Section I: Contracting Authority
Title: UK-Norwich: Telecommunications services.
I.1)Name, Addresses And Contact Point(s)
Flagship Housing Group
Keswick Hall, Keswick, Norwich, NR4 6TJ, United Kingdom
Tel. +44 8452586110, Fax. +44 1603255404, Email: sandra.smith@flagship-group.co.uk, URL: https://www.flagship-group.co.uk/, URL: https://www.flagship-group.co.uk/supplier-zone
Contact: IT Service Delivery, Attn: Sandra Smith - IT Service Delivery Manager
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Mobile Telecoms Services
II.1.2)Short description of the contract or purchase:
Telecommunications services. Telecommunications network. Telecommunications equipment and supplies. Wireless telecommunications system. Telecommunications equipment. Telecommunications facilities. Telecommunications system. Flagship Group are looking for a supplier to work in partnership with them for mobile telecom services. They currently have 760 mobile devices including iPads and smart phones across the Flagship estate of East Anglia, England.
The network coverage across this region is poor and we have many operational areas where there are complete ‘not-spots’ and partial ‘not-spots’. In bidding for this tender you need to be confident that you can provide a good level of coverage and where there are complete ‘not spots’ provide Flagship Group with creative and alternative ways of obtaining sufficient network coverage.
As part of this contract they require a device refresh programme, on demand sim and account changes, excellent account reporting services and efficient billing services.
II.1.3)Common procurement vocabulary:
64200000 - Telecommunications services.
DA14-3 - Mobile
32412100 - Telecommunications network.
DA14-3 - Mobile
32500000 - Telecommunications equipment and supplies.
DA14-3 - Mobile
32510000 - Wireless telecommunications system.
DA14-3 - Mobile
32522000 - Telecommunications equipment.
DA14-3 - Mobile
32523000 - Telecommunications facilities.
DA14-3 - Mobile
32524000 - Telecommunications system.
DA14-3 - Mobile
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Restricted
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2015 - 161560
IV.2.3)Notice to which this publication refers
Notice number in OJ: 2015/S 137 - 253069 of 18/07/2015
IV.2.4)Date of dispatch of the original Notice: 14/07/2015
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Correction
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
VI.3.4)Dates to be corrected in the original notice:
Place of dates to be modified: IV .3.3) Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents:
Instead of: 20/07/2015 Time: 17:00
Read: 03/08/2015 Time: 17:00
Place of dates to be modified: IV.3.4) Time limit for receipt of tenders or requests to participate
Instead of: 27/07/2015 Time: 14:00
Read: 07/08/2015 Time: 17:00
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other additional information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=152759182
GO-2015720-PRO-6819192 TKR-2015720-PRO-6819191
VI.5)Date of dispatch: 20/07/2015