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 |
View Full Notice
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