Merseyside Fire and Rescue Service is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of ICT Managed Services |
Notice type: | Contract Notice |
Authority: | Merseyside Fire and Rescue Service |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | |
Published: | 26/05/2015 15:02 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Merseyside Fire and Rescue Authority
Bridle Road, Liverpool, L30 4YD, United Kingdom
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:
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: Provision of ICT Managed Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
Region Codes: UKD5 - Merseyside
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.
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): 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:
ICT Managed Services.
To provide ICT Managed Services across the Authority’s Estate across a range of services. The Authority will require that the ICT Managed Service Contractor has a minimum level of experience of supporting either Emergency Services or other critical systems with a proven track record of performance that can be referenced, and who can deliver a comprehensive service.
The Authority intends to use an e-Tendering system in this procurement exercise.
To provide for the integration, management, ongoing development, support and retirement of the Authority’s ICT Infrastructure, whose assets are currently owned by the Authority. As well as provision of Service Integration and Management (SIAM) services, the Principal Contractor will be the Principal Contractor in any solution.
Across the Authority, Information Communication & Technology (ICT) can be split into to 3 key delivery areas:
•The ICT Infrastructure (Data, Voice & Radio Networks, Personal Devices, Servers, Printers etc.) including the ICT Service Desk
•Commodity Applications that run on the ICT Infrastructure (Microsoft Office & E-Mail etc.)
•Corporate Applications that run on the ICT Infrastructure (Capita Vision FX Computer Aided Despatch, Capita Vision BOSS, E-Financials & Moore Stephens S.t.A.R.S. etc.)
The ICT Infrastructure comprises of the Administration ICT Infrastructure and the Fire Control ICT Infrastructure with the core of both being connected via a firewall. A Service Desk provision, managed network, managed servers, managed devices and professional services are provided to both the Administration and the Fire Control ICT Infrastructures.
Estimated value excluding VAT: 9.5
Currency: GBP
II.2.2)Options: No
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
Duration in months: 60 (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:
None
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
None
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
None
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Subject to Contract Terms and Conditions
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
As set out in the PQQ
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 set out in the PQQ
Minimum Level(s) of standards possibly required:
As set out in the PQQ
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As set out in the PQQ
Minimum Level(s) of standards possibly required:
As set out in the PQQ
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: 5
Objective Criteria for choosing the limited number of candidates:
Competitive Procedure with negotiation. The Authority reserves the right not to enter into negotiations after receipt of initial tender submissions.
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: T/06/15
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: 26/06/2015
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 15/07/2015
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Liverpool:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./N2TG962HY3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/N2TG962HY3
GO-2015526-PRO-6629622 TKR-2015526-PRO-6629621
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
The Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Body responsible for mediation procedures:
The Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
The Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 26/05/2015
ANNEX A