Hinckley & Bosworth Borough Council: ICT Partnership Services Contract

  Hinckley & Bosworth Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: ICT Partnership Services Contract
Notice type: Contract Notice
Authority: Hinckley & Bosworth Borough Council
Nature of contract: Services
Procedure: Restricted
Short Description: Hinckley & Bosworth Borough Council is looking to conclude an outsourced Information and Communication Technology Contract on behalf of itself and delegated authority from Melton Borough Council, Blaby District Council and Oadby and Wigston Borough Council, together known as the Leicestershire ICT Partnership. Hinckley & Bosworth Borough Council will be the delegated Lead Authority and the sole contracting party on the procurement of outsourced Information and Communication Technology Contract and the other council’s stated herein will be designated users. This contract will be to provide an outsourced Information and Communication Technology Contract to the Leicestershire ICT Partnership. The Leicestershire ICT Partnership (LICTP) includes •Hinckley and Bosworth Borough Council (delegated lead and Ccontracting Authority) •Melton Borough Council •Blaby District Council, and •Oadby and Wigston Borough Council In addition, it is expected that the Leicestershire ICT Partnership will expand during the life of this contract through further delegation of service to Hinckley and Bosworth Borough Council (HBBC). Therefore this contract should include the ability for new “partners” to join the shared service. New Partners will delegate the ICT Service to HBBC under section 101 of the Local Government Act 1972. HBBC will then extend this contract to deliver to the new partner. It should be noted that HBBC have already received enquiries to join the partnership. The initial contract period will be for five years, with options to extend for up to two years, in one year increments. The contract will include the delivery of the following services to the Leicestershire ICT Partnership. Core Services •Service Desk •End User Services •Infrastructure Services •Networks (Voice and Data) •Disaster Recovery and Business Continuity •Business Applications •ICT Projects •Application Systems Management and Services •Software Management Optional Services •Web Development •Hardware Support and Management
Published: 27/03/2015 17:38
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-Hinckley: Information technology services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Hinckley & Bosworth Borough Council
      Hinckley Hub, Rugby Road, Hinckley, LE10 0FR, United Kingdom
      Tel. +44 1455255624
      Contact: Glennis Brightmore

      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:
      Not Provided

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: ICT Partnership Services Contract
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         Region Codes: UKF2 - Leicestershire, Rutland and Northamptonshire         
      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:
      Information technology services. Information technology requirements review services. Maintenance and repair of information technology equipment. Software support services. Hinckley & Bosworth Borough Council is looking to conclude an outsourced Information and Communication Technology Contract on behalf of itself and delegated authority from Melton Borough Council, Blaby District Council and Oadby and Wigston Borough Council, together known as the Leicestershire ICT Partnership.

Hinckley & Bosworth Borough Council will be the delegated Lead Authority and the sole contracting party on the procurement of outsourced Information and Communication Technology Contract and the other council’s stated herein will be designated users.

This contract will be to provide an outsourced Information and Communication Technology Contract to the Leicestershire ICT Partnership. The Leicestershire ICT Partnership (LICTP) includes

•Hinckley and Bosworth Borough Council (delegated lead and Ccontracting Authority)
•Melton Borough Council
•Blaby District Council, and
•Oadby and Wigston Borough Council

In addition, it is expected that the Leicestershire ICT Partnership will expand during the life of this contract through further delegation of service to Hinckley and Bosworth Borough Council (HBBC). Therefore this contract should include the ability for new “partners” to join the shared service.

New Partners will delegate the ICT Service to HBBC under section 101 of the Local Government Act 1972. HBBC will then extend this contract to deliver to the new partner. It should be noted that HBBC have already received enquiries to join the partnership.

The initial contract period will be for five years, with options to extend for up to two years, in one year increments.

The contract will include the delivery of the following services to the Leicestershire ICT Partnership.

Core Services
•Service Desk
•End User Services
•Infrastructure Services
•Networks (Voice and Data)
•Disaster Recovery and Business Continuity
•Business Applications
•ICT Projects
•Application Systems Management and Services
•Software Management

Optional Services
•Web Development
•Hardware Support and Management
         
      II.1.6)Common Procurement Vocabulary:
         72222300 - Information technology services.
         
         72223000 - Information technology requirements review services.
         
         50312600 - Maintenance and repair of information technology equipment.
         
         72261000 - Software support services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided      
      II.1.8)Lots:
         This contract is divided into lots: Not Provided
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The contract will include the delivery of the following services to the Leicestershire ICT Partnership.

Core Services
•Service Desk
•End User Services
•Infrastructure Services
•Networks (Voice and Data)
•Disaster Recovery and Business Continuity
•Business Applications
•ICT Projects
•Application Systems Management and Services
•Software Management

Optional Services
•Web Development
•Hardware Support and Management


The initial contract period will be for five years, with options to extend for up to two years, in one year increments.

In terms of value, the total contract is curreenlty in the region of £5.5m but this could extend to £20m with growth of the Partnership.                  
         Estimated value excluding VAT:
         Range between: 4,000,000 and 20,000,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: The initial contract period will be for five years, with options to extend for up to two years, in one year increments.                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 01/04/2016
         Completion: 31/03/2021


Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The right to require guarantees is reserved and will be set out during the procurement process.
      
      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.

      As detailed within the Pre-Qualification Questionnaire      
      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 within the Pre-Qualification Questionnaire         
         Minimum Level(s) of standards possibly required:
         As detailed within the Pre-Qualification Questionnaire
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As detailed within the Pre-Qualification Questionnaire         
         Minimum Level(s) of standards possibly required:
         As detailed within the Pre-Qualification Questionnaire      
      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 minimum number: 5 and maximum number: 8         
         Objective Criteria for choosing the limited number of candidates:
         As detailed within the Pre-Qualification Questionnaire   
   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:

      Date: 06/05/2015
      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 07/05/2015
         Time: 17:00      
      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: Not Provided         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   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, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Hinckley:-Information-technology-services./2RS94VN4YA

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2RS94VN4YA
GO-2015327-PRO-6477838 TKR-2015327-PRO-6477837
   
   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: 27/03/2015

ANNEX A

View any Notice Addenda

View Award Notice