Gatwick Airport Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Managed Print Services |
Notice type: | Contract Notice |
Authority: | Gatwick Airport Limited |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | Gatwick Airport is seeking a provider of Managed Print Services to replace the existing legacy system and devices which have reached the end of their useful life. It is expected that the supplier will undertake a review of the current fleet of devices (e.g. printers/MFDs) and identify those which can be retained whilst providing replacement devices on a managed service basis (which may equate to replacing the entire estate). It is intended that the new service will provide modern functionality and reduce operating costs by incorporating more efficient technology. It is the intention that support, maintenance and replacement of consumables will be fully undertaken by the supplier for all printing devices. |
Published: | 18/07/2014 16:47 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293505299, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
Attn: Paul Churchill
Electronic Access URL: https://www.delta-esourcing.com/delta/mainmenu.html
Electronic Submission URL: https://www.delta-esourcing.com/delta/mainmenu.html
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:
Other: Civil Aviation
I.3) Main activity:
Other: Civil Aviation
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: Managed Print Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
Region Codes: UKJ24 - West Sussex
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. Gatwick Airport is seeking a provider of Managed Print Services to replace the existing legacy system and devices which have reached the end of their useful life. It is expected that the supplier will undertake a review of the current fleet of devices (e.g. printers/MFDs) and identify those which can be retained whilst providing replacement devices on a managed service basis (which may equate to replacing the entire estate). It is intended that the new service will provide modern functionality and reduce operating costs by incorporating more efficient technology. It is the intention that support, maintenance and replacement of consumables will be fully undertaken by the supplier for all printing devices.
II.1.6)Common Procurement Vocabulary:
72000000 - IT services: consulting, software development, Internet and support.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
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:
An initial 3 year contract with two options to extend for three years each (i.e. 3+2+2)
II.2.2)Options: Not Provided
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: 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:
All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
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:
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.
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:
Information and formalities necessary for evaluating if the requirements are met: All requirements will belisted in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
Minimum Level(s) of standards possibly required:
Minimum level(s) of standards possibly required: All requirements will be listed in the Pre-QualificationQuestionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Information and formalities necessary for evaluating if the requirements are met: All requirements will belisted in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
Minimum Level(s) of standards possibly required:
Minimum level(s) of standards possibly required: All requirements will be listed in the Pre-QualificationQuestionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
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: Negotiated
Some candidates have already been selected: No
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 3 and maximum number: 6
Objective Criteria for choosing the limited number of candidates:
All requirements will be listed in the Pre-Qualification Questionnaire (PQQ) which can be downloaded from e-Delta (https://www.delta-esourcing.com/delta/mainmenu.html)
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes
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: 13198
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 01/09/2014
Time: 10:00
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 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.
Although the Contracting Entity does not regard itself bound by Directive 2004/17 or the Utilities Contract Regulations 2006, it has decided to place this advertisement in the OJEU on a voluntary basis. While the Contracting Entity is basing this tender process on the negotiated procedure provided for in the Regulations it does not regard itself as bound by that procedure and may depart from the procedure as provided for in the Regulations at any time.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Gatwick:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./9M6Z2VNA28
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9M6Z2VNA28
GO-2014718-PRO-5826058 TKR-2014718-PRO-5826057
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293505299, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
Body responsible for mediation procedures:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293505299, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293505299, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
VI.5) Date Of Dispatch Of This Notice: 18/07/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Gatwick: IT services: consulting, software development, Internet and support.
I.1)Name, Addresses and Contact Point(s):
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293505299, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
Attn: Paul Churchill
Electronic Access URL: https://www.delta-esourcing.com/delta/mainmenu.html
Electronic Submission URL: https://www.delta-esourcing.com/delta/mainmenu.html
I.2)Type of the contracting authority:
Other: Civil Aviation
I.3) Main activity:
Other: Civil Aviation
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: Managed Print Services
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 7
Region Codes: UKJ24 - West Sussex
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. Gatwick Airport is seeking a provider of Managed Print Services to replace the existing legacy system and devices which have reached the end of their useful life. It is expected that the supplier will undertake a review of the current fleet of devices (e.g. printers/MFDs) and identify those which can be retained whilst providing replacement devices on a managed service basis (which may equate to replacing the entire estate). It is intended that the new service will provide modern functionality and reduce operating costs by incorporating more efficient technology. It is the intention that support, maintenance and replacement of consumables will be fully undertaken by the supplier for all printing devices.
II.1.5)Common procurement vocabulary:
72000000 - IT services: consulting, software development, Internet and support.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Negotiated with a call for competition
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Cost - 70
Technical - 30
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: 13198
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2014/S 139 - 249759 of 23/07/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: 2014/S 139-249759
V.1)Date Of Contract Award: 25/06/2015
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: Fujitsu Services Limited
Postal address: 22 Baker Street
Town: London
Postal code: W1U 3BW
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
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:
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.
Although the Contracting Entity does not regard itself bound by Directive 2004/17 or the Utilities Contract Regulations 2006, it has decided to place this advertisement in the OJEU on a voluntary basis. While the Contracting Entity is basing this tender process on the negotiated procedure provided for in the Regulations it does not regard itself as bound by that procedure and may depart from the procedure as provided for in the Regulations at any time.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=152347936
GO-2015716-PRO-6802542 TKR-2015716-PRO-6802541
VI.3.1)Body responsible for appeal procedures:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293505299, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
Body responsible for mediation procedures:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293505299, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Gatwick Airport Limited
5th Floor Destinations Place, Gatwick Airport, Gatwick, RH6 0NP, United Kingdom
Tel. +44 1293505299, Email: procurement@gatwickairport.com, URL: www.gatwickairport.com
VI.4)Date Of Dispatch Of This Notice: 16/07/2015