DVSA has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | End User Computing (EUC) Tower Services Contract |
Notice type: | Contract Notice |
Authority: | DVSA |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Secretary of State for Transport as the Contracting Authority is looking to put in place a contract for a single supplier of End User Computing Tower Services for the Driver and Vehicle Standards Agency (DVSA) formerly known as the Vehicle and Operator Services Agency (VOSA) and the Driving Standards Agency (DSA). The End User Computing (EUC) Supplier shall maintain and support the DVSA End User Device Strategy by installing, maintaining and supporting end user devices, ensuring core software applications are provided, ensuring software remains within vendor support and is appropriately licensed. The support of end user printing hardware and software is also key as well as LAN services, asset management and disposal following ITIL and environmental best practice. Working closely with the Contracting Authority to select appropriate Hardware and Software during refresh periods shall also be part of the service. Acting on behalf of the Contracting Authority, the EUC Supplier shall maintain, support, integrate, manage, monitor and improve the IT and LAN Services for End User Computing assuring delivery to agreed standards. Tenders are being sought from the market under the Open OJEU procedure. |
Published: | 12/05/2014 11:55 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Driver and Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Email: procurement.branch@dsa.gsi.gov.uk, URL: www.gov.uk/dvsa
Electronic Access URL: http://assets.dft.gov.uk/dvsa/euc-tender-document.zip
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:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Other: Transport
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: End User Computing (EUC) Tower Services Contract
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
Region Codes: UK - UNITED KINGDOM
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:
Computer-related services. Computer-related management services. IT services: consulting, software development, Internet and support. Local area network services. The Secretary of State for Transport as the Contracting Authority is looking to put in place a contract for a single supplier of End User Computing Tower Services for the Driver and Vehicle Standards Agency (DVSA) formerly known as the Vehicle and Operator Services Agency (VOSA) and the Driving Standards Agency (DSA).
The End User Computing (EUC) Supplier shall maintain and support the DVSA End User Device Strategy by installing, maintaining and supporting end user devices, ensuring core software applications are provided, ensuring software remains within vendor support and is appropriately licensed. The support of end user printing hardware and software is also key as well as LAN services, asset management and disposal following ITIL and environmental best practice. Working closely with the Contracting Authority to select appropriate Hardware and Software during refresh periods shall also be part of the service.
Acting on behalf of the Contracting Authority, the EUC Supplier shall maintain, support, integrate, manage, monitor and improve the IT and LAN Services for End User Computing assuring delivery to agreed standards.
Tenders are being sought from the market under the Open OJEU procedure.
II.1.6)Common Procurement Vocabulary:
72500000 - Computer-related services.
72510000 - Computer-related management services.
72000000 - IT services: consulting, software development, Internet and support.
72710000 - Local area network services.
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 EUC Supplier will be expected to maintain and support the Contracting Authority’s End User Device strategy and deliver EUC Services as outlined below.
General Requirement
Maintain and support all end user devices, including the end user device operating systems, end user applications (including productivity tools such as Office Automation and e-mail), Contracting Authority business systems, application specific interfaces, internet browsers, security (including anti-virus checkers) and asset management software that enable authorised Contracting Authority staff to access Contracting Authority information from any agency location. Provide a fully supported and managed LAN infrastructure service as required at Customer Authority sites. There shall also be additional work orders issued throughout the life of the contract within the general scope of the services and the estimated value of the contract (£12m) includes these activities.
Process Requirements
Ensure processes have been developed and agreed with the Contracting Authority by the relevant Service Commencement Date. These shall include but not be limited to:
Incident management, problem management, change management, availability management, financial management, user administration, release management, selection, approval and introduction of hardware and software, configuration management, software licence management, service catalogue management, tooling data interfaces, and service review.
Device Support
The devices shall include: Desktops, Laptops, Tablets, Scanning devices, hand held mobile devices including Chip & Pin devices, Stand-alone (non-networked) printers, Networked printers, Docking stations, Monitors and Monitor mounting brackets, Keyboard & Mice, Laptop Bags, Cables & Adaptors, Other peripherals as required by the Authority. The Service provider shall transition, support and maintain existing hardware.
End User Computing related software
A core set of applications shall be included as part of the standard End User Device build. Optional non-standard software shall be available on request via an online catalogue. Ensure that any software used in the provision of the EUC service remains within vendor support, and the Authority is appropriately licensed to use any software used in the provision of the EUC service.
Printing
A Printing service whereby the Supplier provides the End Users with the ability to print to networked and non-networked printers including mobile printers from any location and allow personal printing (including secure roaming printing using an ID card).
LAN Infrastructure Service
A fully supported and managed LAN infrastructure service as required at Customer Authority sites. The scope includes communication room and network port at the wall/floor, and maintenance/management of structured cabling at all sites. Provision and access to a Network Management tool. (This may be removed from scope prior to Award of Contract).
Asset Management (including software licensing and catalogue management)
Maintain accurate asset details, including details of the hardware, operating system and any bespoke or packaged software. Asset Management & Disposal, including formal certification that secure disposal has been carried out. Manage End User Computing related licence compliance.
Active Directory
Maintain a vendor supported Active Directory service - including the server hardware, server operating system, and group policies and ensuring that the AD service is up to date. (This may be removed from scope prior to Award of Contract).
Group Policy
On request be able to add and delete printers, switch off access to files via USB from drives without effecting human Interface devices such as keyboards or mice. On request disable optical drive access (i.e. CD-ROM and DVD drives), on request totally restrict access to a file or restrict a file to only being opened via allowed applications, on request permit or deny application access to the network per application, and track network usage by computer and/or application, on request select one or more applications and block access for these applications. Remove legacy Active Directory Group Policy objects that are no longer required. (This may be removed from scope prior to Award of Contract).
Security and Anti-Virus
Support end user device audits and health checks as requested by the SIAM Supplier or the Authority and carry out remedial activity as recommended by the audit or health check. Protect the Authority from viruses by maintaining an industry standard anti-virus enterprise solution.
Support Email service.
Automated Software Distribution
Maintain an industry standard automated software packaging and distribution solution with a view to providing the end user base with a recognisable and consistent environment.
Patching
Deliver appropriate patching in line with Government good practice guidance and vendor recommendations to the End User devices as well as any servers that make up the End User Computing infrastructure.
Documentation
Make available High Level and Low Level design documentation that accurately describes the solutions in place across the End User landscape. This documentation should be saved within the Virtual Library provided by the SIAM.
Special Access
The Service provider shall provide EUC Devices to meet the specialised Accessibility requirements of Agency Users defined as “Disabled” under the Equality Act 2010 or who require specialist EUC equipment following occupational Health and Safety assessment.
Policy
Define and agree End User Device related policies with the Authority and once agreed ensure the policies are adhered to.
Non-functional Requirements
Accuracy Requirements, Auditing and Reporting Requirements, Availability Requirements, Backup and Recovery Requirements, Capacity Requirements, Performance Requirements, Scalability Requirements, Change Management, Continual Service Improvement, Service Asset and Configuration Management, and Project Management.
General requirements and constraints
Use ITIL based processes & industry based best practice and, if required, be able to demonstrate this to the Authority. Provide a service that is capable of being accredited to hold data classified at the appropriate level. The Supplier shall support and manage any encryption that is required to provide an appropriate solution and shall provide costed proposals capable of acceptance by the Authority’s representative.
Transition Requirements - Asset Transfer
The Supplier shall be responsible for the production, management and maintenance of an Asset Transfer Test Strategy for assets being transferred to the Supplier.
The services to be supplied under this contract shall also include services to facilitate the merger of VOSA and DSA to ensure minimum disruption to continuity of the services provided to VOSA, DSA and the successor body now known as the DVSA.
The EUC supplier will be required to manage the transition of EUC ICT services currently supported by VOSA and DSA’s incumbent suppliers to a joint DVSA End User Tower Service environment, in line with government best practice guidance (including ITIL 2011, Prince2, MSP etc.). The EUC Tower Service provider will provide clear and concise interfaces between users of IT services, the Authority and the SIAM Supplier.
Suppliers to the Authority will be required to enter into agreements between each other and the Authority (primarily through a Collaboration Agreement) to achieve the Authority’s fundamental business objectives in the delivery of the respective End to End Tower Services. This will enable Collaborating Suppliers to deliver their obligations working collectively to deliver the Cross Tower Services and other services which form part of the Authority’s End to End ICT Service Structure.
The Authority understands from the incumbent suppliers that relevant transfers pursuant to the TUPE Regulations will apply to this procurement.
TUPE information will be provided on receipt of a signed Tender Confidentiality Agreement which can be obtained from DVSA by emailing; Procurement.branch@dsa.gsi.gov.uk
Estimated value excluding VAT: 12,000,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The Contracting Authority may require Termination Services (as opposed to Operational Services or other Project based Services) to be provided by the EUC Tower Service supplier for up to 6 months post termination or expiry of the operational or exit phase of the Contract).
The Contracting Authority reserves the right to exclude the LAN and/or Active Directory/Group Policy components of the service as described in Schedule 19 – Requirements, prior to Award of the Contract.
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 36 (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:
Bidders will be advised if this is necessary during the procurement. Guarantees of performance and financial liability may be required by the Authority if considered appropriate.
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:
If a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the EUC Tower Service Contract. All consortium members or groupings will be required to be joint and severally liable in respect of the obligations and liabilities set out under the EUC Tower Service Contract.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
As detailed by the Pre-Evaluation Selection Criteria in Attachment 2A in the Invitation to Tender (“ITT”)
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:
As detailed by the Pre-Evaluation Selection Criteria in Attachment 2A in the Invitation to Tender (“ITT”)
Minimum Level(s) of standards possibly required:
As detailed by the Pre-Evaluation Selection Criteria in Attachment 2A in the Invitation to Tender (“ITT”)
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As detailed by the Selection Criteria in the Invitation to Tender (“ITT)
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: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
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: DSA03513
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2014/S 29 - 46625 of 11/02/2014
Other previous publications: No
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: 01/07/2014
Time: 11:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided
IV.3.8)Conditions for opening tenders
Date: 01/07/2014
Time: 11:00
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: Duration of contract will be either 24 or 36 months.
Each Potential Provider that participates in the procurement exercise shall bear its own costs of responding to the ITT and participating in the procurement process generally.
Access to the ITT and all documents pursuant to this Procurement are available from the Data Room at http://assets.dft.gov.uk/dvsa/euc-tender-document.zip .
TUPE information will be provided on receipt of a signed Tender Confidentiality Agreement which can be obtained from the DVSA by emailing; procurement.branch@dsa.gsi.gov.uk
The Data Room will be available throughout the Tender period and will contain all the documents pursuant to this Procurement and all questions and clarifications will also be posted there.
Any date given in Section IV above and any value given in Section II is a best estimate at the time of dispatch of this contract notice.
Potential suppliers should note that, in accordance with the UK Government’s policies on transparency, the Authority intends to publish the Invitation to Tender (ITT) document and the text of any contract awarded, subject to possible redactions at the discretion of the Authority.
The Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and under no circumstances will the Authorities be liable for any costs incurred by potential suppliers. Any expenditure, work or effort undertaken prior to EUC Tower Service contract award is at the potential supplier’s own risk and is, accordingly, a matter solely for the commercial judgment of potential suppliers.
Specifically – The Authority reserves the right to exclude the LAN and/or Active Directory/Group Policy components of the service as described in Schedule 19 – Requirements, prior to Award of Contract.
The Authority wishes to establish a contract for use by DVSA and any future successors to that organisation.
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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=98099216
GO-2014512-PRO-5663921 TKR-2014512-PRO-5663920
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Driver and Vehicle Standards Agency
Procurement Branch, The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Email: procurement.branch@dsa.gsi.gov.uk, URL: www.gov.uk/dvsa
Body responsible for mediation procedures:
Driver and Vehicle Standards Agency
Procurement Branch, The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Email: procurement.branch@dsa.gsi.gov.uk, URL: www.gov.uk/dvsa
VI.4.2)Lodging of appeals: Precise information on deadline(s) for lodging appeals:
The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the intended award of the contract is communicated to tenderers. Unsuccessful tenderers shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the tenderer was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Driver and Vehicle Standards Agency
Procurement Branch, The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Email: procurement.branch@dsa.gsi.gov.uk, URL: www.gov.uk/dvsa
VI.5) Date Of Dispatch Of This Notice: 12/05/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Nottingham: Computer-related services.
I.1)Name, Addresses and Contact Point(s):
The Driver and Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Tel. +44 1159366844, Fax. +44 1159366573, Email: procurement.branch@dsa.gsi.gov.uk, URL: www.gov.uk/dvsa
Contact: Mrs Suki Sohal
I.2)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Other: Transport
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: End User Computing (EUC) Tower Services Contract
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 7
Region Codes: UK - UNITED KINGDOM
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):
Computer-related services. Computer-related management services. IT services: consulting, software development, Internet and support. Local area network services. The Secretary of State for Transport as the Contracting Authority has put in place a contract for End User Computing Tower Services for the Driver and Vehicle Standards Agency (DVSA) formerly known as the Vehicle and Operator Services Agency (VOSA) and the Driving Standards Agency (DSA). The duration of the contract is 3 years.
The End User Computing (EUC) Supplier shall maintain and support the DVSA End User Device Strategy by installing, maintaining and supporting end user devices, ensuring core software applications are provided, ensuring software remains within vendor support and is appropriately licensed. The support of end user printing hardware and software is also key as well as LAN services, asset management and disposal following ITIL and environmental best practice. Working closely with the Contracting Authority to select appropriate Hardware and Software during refresh periods shall also be part of the service.
Acting on behalf of the Contracting Authority, the EUC Supplier shall maintain, support, integrate, manage, monitor and improve the IT and LAN Services for End User Computing assuring delivery to agreed standards.
II.1.5)Common procurement vocabulary:
72500000 - Computer-related services.
72510000 - Computer-related management services.
72000000 - IT services: consulting, software development, Internet and support.
72710000 - Local area network services.
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: 6,634,825
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Operational and Technical Ability, 60% comprising of;
a) New to Live 5%
b) Asset Management 20%
c) Collaboration 20%
d) Transition 15%
e) Strategic Solutions 10%
f) Standards 5%
g) Service Management 25% - 60
Price - 40
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: DSA03513
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2014/S 29 - 46625 of 11/02/2014
Contract notice
Notice number in OJ: 2014/S 93 - 163257 of 15/05/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: DSA03513
V.1)Date Of Contract Award: 24/03/2015
V.2) Information About Offers
Number Of Offers Received: 2
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Capita Business Services Ltd
Postal address: 71 Victoria Street, Westminster
Town: London
Postal code: SW1H 0XA
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 12,000,000
Currency: GBP
Total final value of the contract
Value: 6,634,825
Currency: GBP
If annual or monthly value:
Number of months: 36
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
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:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=144504144
GO-2015520-PRO-6615702 TKR-2015520-PRO-6615701
VI.3.1)Body responsible for appeal procedures:
Driver and Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Body responsible for mediation procedures:
Driver and Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Email: procurement.branch@dsa.gsi.gov.uk, URL: www.gov.uk/dvsa
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Driver and Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Tel. +44 1159366844
VI.4)Date Of Dispatch Of This Notice: 20/05/2015