ForHousing is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | ICT Infrastructure Framework Agreement |
Notice type: | Contract Notice |
Authority: | ForHousing |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | ForViva is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of ICT Infrastructure equipment, software and services. For further details of the services to be carried out under the ICT Infrastructure Contract to be called off under the Framework by ForViva please refer to the specification attached at Appendix 4 of the ITT. Under the Framework Agreement the following entities will have the option to call-off as and when services are required: (i)ForViva and any entity within the ForViva group from time to time, (ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing |
Published: | 06/04/2016 15:04 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
ForViva Group Ltd
52 Regent Street, Eccles, M30 0BP, United Kingdom
Tel. +44 1616057606, Email: tenders@citywest.org.uk
Contact: Procurement Team
Main Address: https://www.forviva.org.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Eccles:-Network-servers./M4CJJ83GN7
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/M4CJJ83GN7 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: ICT Infrastructure Framework Agreement
Reference Number: Not provided
II.1.2) Main CPV Code:
48821000 - Network servers.
JA01-1 - For computer hardware
RC03-7 - In computer technology
JA02-4 - For computer software
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: ForViva is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of ICT Infrastructure equipment, software and services. For further details of the services to be carried out under the ICT Infrastructure Contract to be called off under the Framework by ForViva please refer to the specification attached at Appendix 4 of the ITT. Under the Framework Agreement the following entities will have the option to call-off as and when services are required: (i)ForViva and any entity within the ForViva group from time to time, (ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
II.1.5) Estimated total value:
Value excluding VAT: 450,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.1) Title: Not provided
Lot No: Not provided
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: ForViva is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of ICT Infrastructure equipment, software and services. For further details of the services to be carried out under the ICT Infrastructure Contract to be called off under the Framework by ForViva please refer to the specification attached at Appendix 4 of the ITT. Under the Framework Agreement the following entities will have the option to call-off as and when services are required: (i)ForViva and any entity within the ForViva group from time to time, which currently includes City West Housing Trust, Villages Housing Association and ForWorks. (ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). “Social Housing Provider” for this purpose means any provider of social housing and includes, without limitation, registered housing providers, local authorities and ALMOs. A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing . Such Social Housing Providers will only be entitled to call off under the Framework Agreement if ForViva consents. Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off with framework suppliers. The form of Framework Agreement that ForViva proposes to enter into with the successful suppliers is set out at Appendix 2 of the ITT. It is intended that the Framework Agreement will be in place for a period of 4 years. During this period ForViva and its group members will retain the ability to procure services from outside the Framework Agreement and/or with suppliers who may not be party to the Framework Agreement. However, ForViva are committed to the success of the Framework Agreement and intend that, whenever practicable the services will be procured under the Framework Agreement through the appointment of framework suppliers. Whilst the Framework Agreement will be in place for a maximum period of 4 years, bidders should note that individual contracts called-off under the Framework Agreement may be for a period of greater than 4 years so may continue beyond the 4 year term of the Framework Agreement. The current estimated value of the supplies and services to be called off under the Framework Agreement is approximately £450,000.00. This estimated value is based on ForViva’s anticipated requirements. Accordingly, suppliers should note that this value may increase if other Social Housing Providers decide to join and call off under the Framework Agreement.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 450,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of cadidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As set out in the tender documentation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement
5
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/05/2016 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 17/05/2016
Time: 13:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Eccles:-Network-servers./M4CJJ83GN7
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/M4CJJ83GN7
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice in the Strand
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Royal Courts of Justice in the Strand
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with the provisions of the Public Contracts Regulations 2015
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The Cabinet Office
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 06/04/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
ForViva Group Ltd
52 Regent Street, Eccles, M30 0BP, United Kingdom
Tel. +44 1616057606, Email: tenders@citywest.org.uk
Contact: Procurement Team
Main Address: https://www.forviva.org.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: ICT Infrastructure Framework Agreement
Reference number: Not Provided
II.1.2) Main CPV code:
48821000 - Network servers.
JA01-1 - For computer hardware
RC03-7 - In computer technology
JA02-4 - For computer software
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: ForViva is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of ICT Infrastructure equipment, software and services. For further details of the services to be carried out under the ICT Infrastructure Contract to be called off under the Framework by ForViva please refer to the specification attached at Appendix 4 of the ITT. Under the Framework Agreement the following entities will have the option to call-off as and when services are required: (i)ForViva and any entity within the ForViva group from time to time, (ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future). A list of the current Social Housing Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 450,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: ForViva is procuring a Framework Agreement pursuant to which it is envisaged that contracts will be let to suppliers within the Framework for the provision of a range of ICT Infrastructure equipment, software and services. Under the Framework Agreement the following entities will have the option to call-off as and when services are required: (i)ForViva and any entity within the ForViva group from time to time, which currently includes City West Housing Trust, Villages Housing Association and ForWorks. (ii)Other Social Housing Providers in the UK (both those that are in existence now and those that may be in existence in the future)will only be entitled to call off under the Framework Agreement if ForViva consents. Bidders should note that, under the Framework Agreement, no entity will be under any obligation to call-off with framework suppliers.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Pricing / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 2015/S 199-361437
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/07/2016
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Quadris Ltd
Stockport, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 450,000
Total value of the contract/lot: 650,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=216667892
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice in the Strand
London, United Kingdom
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice in the Strand
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: In accordance with the provisions of the Public Contracts Regulations 2015
VI.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
London, United Kingdom
VI.5) Date of dispatch of this notice: 30/08/2016