Wycombe District Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Provision of ICT and customer services to Wycombe District Council |
Notice type: | Contract Notice |
Authority: | Wycombe District Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Wycombe District Council intends to appoint one contractor to provide: 1) ICT support and maintenance services for the Council's IT and communication systems and 2) face to face, telephone and on line customer services. Existing subjects for which customer services are provided include Benefits Choice Based Lettings, Council Tax, Business Rates, Environmental Health, Housing Options, Licensing (Taxi & others) and Planning |
Published: | 23/07/2013 14:25 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Wycombe District Council
Queen Victoria Road, High Wycombe, HP11 1BB, United Kingdom
Tel. +44 1494421161, Email: steve.bramhill@wycombe.gov.uk
Contact: www.delta-esourcing.com/delta. Please see section VI.3) Additional Information below., Attn: Steve Bramhill
Electronic Submission URL: www.delta-esourcing.com/delta
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:
Regional or local authority
I.3) Main activity:
General Public Services
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: Provision of ICT and customer services to Wycombe District Council
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
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:
IT services: consulting, software development, Internet and support. Administration services. Customer services. Telecommunications-infrastructure maintenance services. Repair and maintenance services. Maintenance and repair of information technology equipment. Maintenance of information technology equipment. Repair of information technology equipment. Wycombe District Council intends to appoint one contractor to provide:
1) ICT support and maintenance services for the Council's IT and communication systems and
2) face to face, telephone and on line customer services. Existing subjects for which customer services are provided include Benefits
Choice Based Lettings, Council Tax, Business Rates, Environmental Health, Housing Options, Licensing (Taxi & others) and Planning
II.1.6)Common Procurement Vocabulary:
72000000 - IT services: consulting, software development, Internet and support.
75100000 - Administration services.
79342300 - Customer services.
50332000 - Telecommunications-infrastructure maintenance services.
50000000 - Repair and maintenance services.
50312600 - Maintenance and repair of information technology equipment.
50312610 - Maintenance of information technology equipment.
50312620 - Repair of information technology equipment.
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: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The value below is for a maximum envisaged initial contract term of 66 months (of which 6 months will cover initial transitional work if required, and 60 months operational service delivery as set out in the ITT), plus two options to extend of 24 months. All contract values and timescales stated within this notice assume both extensions are taken.
Estimated value excluding VAT: 14,000,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 2
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 24
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 114 (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:
Performance bonds and parent company guarantees may be required. Details will be stated in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be stated in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The procuring council requires a contract with a legal entity. In the event of a consortium bid the Council may require the successful consortium to form a single legal entity. Details will be stated in the tender documents.
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:
Candidates will be assessed in accordance with Regulations 23 to 26 of the Public Contract Regulations 2006 as amended and by articles 45 to 50 of Directives 2004/18/EC and on the basis of information provided in response to the pre –qualification questionnaire (“PQQ”) copies of which will be made available through the portal .Completed PQQs must be returned to the Council via the portal before the deadline specified in Section IV 3.4 below
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
The following minimum level should be satisfied by each interested service provider submitting a PQQ response:
- It should have a 3 year mean average turnover (based on information supplied in response to the PQQ) which is equal to or exceeds 3 times the estimated minimum annual contract value for the Service ("Turnover Threshold).
Interested service providers are directed to the information below regarding who is subject to these tests and how they are carried out, depending on whether the service provider is a single organisation or consortium.
For the avoidance of doubt where an interested service provider is constituted by way of:
- A single organisation, the single organisation must pass the Turnover Threshold.
- A single consortium (i.e. 2 or more persons, at least one of whom is an economic operator, acting jointly for the purpose of being awarded a public contract) the consortium must pass the Turnover Threshold. In order to calculate whether a consortium service provider passes the Turnover Threshold the 3 year mean average turnover for each consortium member (based on information supplied in response to the PQQ) will be calculated and for each consortium member the result will be multiplied by their (actual and anticipated) percentage equity stake (as identified in the response to the PQQ) in the legal entity to be formed to deliver the services under the Agreement and the totals will then be added together. It is this combined figure that will need to pass the Turnover Threshold .Each member of the consortium will on their own standing be required to pass all tests set down in Section E Economic and Financial Standing of the PQQ. Please see the PQQ for further information
Minimum Level(s) of standards possibly required:
As stated in the PQQ which may be obtained using the guidance provided in section VI.3) below
III.2.3)Technical capacity
Technical capacity - means of proof required
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(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;
Information and formalities necessary for evaluating if requirements are met:
Full details are stated in the PQQ which may be obtained using the guidance provided in section VI.3) below
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: No
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 minimum number: 5 and maximum number: 7
Objective Criteria for choosing the limited number of candidates:
As stated in the PQQ
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: Not Provided
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: Not Provided
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 09/09/2013
Time: 12:00
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: No
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: The PQQ and Descriptive Document for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Applicants must log in, go to your Response Manager and add the following Access Code: PSG929EQ2H. Please ensure you follow any instruction provided to you here
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=63258727
GO-2013723-PRO-4977713 TKR-2013723-PRO-4977712
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
High Court
The Strand, London, WC2A 2LL
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: 23/07/2013
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-High Wycombe: IT services: consulting, software development, Internet and support.
I.1)Name, Addresses and Contact Point(s):
Wycombe District Council
Queen Victoria Road, High Wycombe, HP11 1BB, United Kingdom
Tel. +44 1494421161, Email: steve.bramhill@wycombe.gov.uk
Contact: www.delta-esourcing.com/delta. Please see section VI.3) Additional Information below., Attn: Steve Bramhill
Electronic Submission URL: www.delta-esourcing.com/delta
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Not Provided
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Provision of ICT and customer services to Wycombe District Council
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 7
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
IT services: consulting, software development, Internet and support. Administration services. Customer services. Telecommunications-infrastructure maintenance services. Repair and maintenance services. Maintenance and repair of information technology equipment. Maintenance of information technology equipment. Repair of information technology equipment. Wycombe District Council intends to appoint one contractor to provide: 1) ICT support and maintenance services for the Council's IT and communication systems and 2) face to face, telephone and on line customer services. Existing subjects for which customer services are provided include BenefitsChoice Based Lettings, Council Tax, Business Rates, Environmental Health, Housing Options, Licensing (Taxi & others) and Planning
II.1.5)Common procurement vocabulary:
72000000 - IT services: consulting, software development, Internet and support.
75100000 - Administration services.
79342300 - Customer services.
50332000 - Telecommunications-infrastructure maintenance services.
50000000 - Repair and maintenance services.
50312600 - Maintenance and repair of information technology equipment.
50312610 - Maintenance of information technology equipment.
50312620 - Repair of information technology equipment.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 7,253,584
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Quality - 60
Price - 40
IV.2.2)Information about electronic auction:
An electronic auction will be used: Not Provided
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: Yes
Contract notice
Notice number in OJ: 2013/S 143 - 249235 of 25/07/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 16/06/2014
V.2) Information About Offers
Number Of Offers Received: 4
Number Of Offers Received By Electronic Means: 4
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Capita Secure Information Systems Ltd
Postal address: Methuen Park, Bath Road
Town: Chippenham
Postal code: SN14 0TW
Country: United Kingdom
V.4)Information On Value Of Contract
Total final value of the contract
Value: 7,253,584
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
The PQQ and Descriptive Document for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.Applicants must log in, go to your Response Manager and add the following Access Code: PSG929EQ2H. Please ensure you follow any instruction provided to you here
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=109460377
GO-2014814-PRO-5924517 TKR-2014814-PRO-5924516
VI.3.1)Body responsible for appeal procedures:
High Court
The Strand, London, WC2A 2LL
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 14/08/2014