PRISE Evaluation: Procurement of Replacement IT Service Environment (PRISE) Project- End User Computing, Networks and Telecommunications, Protective Monitoring Services and related services

  PRISE Evaluation is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Procurement of Replacement IT Service Environment (PRISE) Project- End User Computing, Networks and Telecommunications, Protective Monitoring Services and related services
Notice type: Contract Notice
Authority: PRISE Evaluation
Nature of contract: Services
Procedure: Restricted
Short Description: As set out in the PIN (2014/S 027-043139) the Office for National Statistics (the contracting authority) is the UK’s largest independent producer of official statistics and is the recognised national statistical institute for the UK. It is responsible for collecting and publishing statistics related to the economy, population and society at national, regional and local levels. It also conducts the census in England and Wales every ten years. The contract authority plays a leading role in national and international good practice in the production of official statistics. It is the executive office of the UK Statistics Authority and although they are separate, they are still closely related. The contracting authority operates from three main sites located in Newport (South Wales), London, and Titchfield (Hampshire) with two smaller satellite offices in Dorset and Edinburgh. The contracting authority has undertaken a review of its existing supply chain and has chosen a target operating model and a strategic IT supply chain that adopts industry standards and good practice. The contracting authority has established the Procurement of Replacement IT Service Environment (PRISE) Project to implement a SIAM operating model for the delivery of key IT Services across the contracting authority and to procure replacement contracts that align with and support this model. This will replace part of the legacy contract, due to expire by end of March 2015. The contracting authority is intending to move from a single supplier model to a tower based model which allows for the provision of IT Services from Service Towers being managed by the SIAM operating model. The SIAM operating model will be managed by the contracting authority. The contracting authority now wishes to seek prime supplier(s) to provide End-User Computing Services, Networks and Telecommunications Services and Protective Monitoring Services and related services which will form three separate lots and expressions of interest are invited for one or more of the Lots within this Contract Notice. Transition and operation of the IT Services for End-User Computing, Networks and Telecommunications and Protective Monitoring and related services will be a phased exercise and the current plan is to award contracts in relation to each of the three Lots (set out at Annex B) prior to expiry of the related services in March 2015. The successful supplier(s) will be required to be ready for transition of the above services from the incumbent supplier, as well as providing any new services that the contracting authority may require in the future, and support all these services as per the agreed service levels during and post transition. A key success of the PRISE project is that all tower suppliers will work collaboratively with each other and the contracting authority. At the end of the contract term the successful supplier(s) are expected to provide exit management services to transition the services to new suppliers.
Published: 12/05/2014 12:01
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-Newport: IT services: consulting, software development, Internet and support.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Office for National Statistics
      Room D.221, Government Buildings, Cardiff Road, Newport, NP10 8XG, United Kingdom
      Tel. +44 1633456577, Email: prise.project.team@ons.gov.uk, URL: www.statistics.gov.uk, URL: as above
      Contact: prise.project.team@ons.gov.uk, Attn: Gary Williams
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

      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: Non Departmental Government Body

   I.3) Main activity:
      Other: Office for National Statistics is the contracting authority that provides UK statistical and registration 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: Procurement of Replacement IT Service Environment (PRISE) Project- End User Computing, Networks and Telecommunications, Protective Monitoring Services and related services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         Region Codes: UKL21 - Monmouthshire and Newport         
      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. Office and computing machinery, equipment and supplies except furniture and software packages. Telecommunications services. Installation services of communications equipment. Printing and related services. Communication and multimedia software package. Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment. Security software package. Computer network services. Hardware consultancy services. Business analysis consultancy services. Information systems or technology strategic review and planning services. Information technology requirements review services. Project management consultancy services. Software integration consultancy services. Hardware integration consultancy services. Help-desk and support services. Software consultancy services. Computer-related services. Computer equipment and supplies. Data-processing machines (hardware). Computer related equipment. Services related to printing. Networks. Networking, Internet and intranet software package. Maintenance services of telecommunications equipment. Repair and maintenance services of personal computers. File security software package. Data security software package. Security software development services. Data security software development services. Computer support and consultancy services. As set out in the PIN (2014/S 027-043139) the Office for National Statistics (the contracting authority) is the UK’s largest independent producer of official statistics and is the recognised national statistical institute for the UK. It is responsible for collecting and publishing statistics related to the economy, population and society at national, regional and local levels. It also conducts the census in England and Wales every ten years. The contract authority plays a leading role in national and international good practice in the production of official statistics. It is the executive office of the UK Statistics Authority and although they are separate, they are still closely related.

The contracting authority operates from three main sites located in Newport (South Wales), London, and Titchfield (Hampshire) with two smaller satellite offices in Dorset and Edinburgh.

The contracting authority has undertaken a review of its existing supply chain and has chosen a target operating model and a strategic IT supply chain that adopts industry standards and good practice. The contracting authority has established the Procurement of Replacement IT Service Environment (PRISE) Project to implement a SIAM operating model for the delivery of key IT Services across the contracting authority and to procure replacement contracts that align with and support this model. This will replace part of the legacy contract, due to expire by end of March 2015. The contracting authority is intending to move from a single supplier model to a tower based model which allows for the provision of IT Services from Service Towers being managed by the SIAM operating model. The SIAM operating model will be managed by the contracting authority.

The contracting authority now wishes to seek prime supplier(s) to provide End-User Computing Services, Networks and Telecommunications Services and Protective Monitoring Services and related services which will form three separate lots and expressions of interest are invited for one or more of the Lots within this Contract Notice. Transition and operation of the IT Services for End-User Computing, Networks and Telecommunications and Protective Monitoring and related services will be a phased exercise and the current plan is to award contracts in relation to each of the three Lots (set out at Annex B) prior to expiry of the related services in March 2015. The successful supplier(s) will be required to be ready for transition of the above services from the incumbent supplier, as well as providing any new services that the contracting authority may require in the future, and support all these services as per the agreed service levels during and post transition. A key success of the PRISE project is that all tower suppliers will work collaboratively with each other and the contracting authority. At the end of the contract term the successful supplier(s) are expected to provide exit management services to transition the services to new suppliers.
         
      II.1.6)Common Procurement Vocabulary:
         72000000 - IT services: consulting, software development, Internet and support.
         
         30000000 - Office and computing machinery, equipment and supplies except furniture and software packages.
         
         64200000 - Telecommunications services.
         
         51300000 - Installation services of communications equipment.
         
         79800000 - Printing and related services.
         
         48500000 - Communication and multimedia software package.
         
         50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment.
         
         48730000 - Security software package.
         
         72700000 - Computer network services.
         
         72100000 - Hardware consultancy services.
         
         72221000 - Business analysis consultancy services.
         
         72222000 - Information systems or technology strategic review and planning services.
         
         72223000 - Information technology requirements review services.
         
         72224000 - Project management consultancy services.
         
         72227000 - Software integration consultancy services.
         
         72228000 - Hardware integration consultancy services.
         
         72253000 - Help-desk and support services.
         
         72266000 - Software consultancy services.
         
         72500000 - Computer-related services.
         
         30200000 - Computer equipment and supplies.
         
         30210000 - Data-processing machines (hardware).
         
         30230000 - Computer related equipment.
         
         79820000 - Services related to printing.
         
         32400000 - Networks.
         
         48200000 - Networking, Internet and intranet software package.
         
         50330000 - Maintenance services of telecommunications equipment.
         
         50320000 - Repair and maintenance services of personal computers.
         
         48731000 - File security software package.
         
         48732000 - Data security software package.
         
         72212730 - Security software development services.
         
         72212732 - Data security software development services.
         
         72600000 - Computer support and consultancy services.
         

      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: Yes          
         If yes, tenders should be submitted for: One or more lots

      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:
      Please refer to Annex B on individual Lots and the Pre Qualification Questionnaire (PQQ) for further details on the scope of each of the three lots. For each Lot changes agreed over the duration of the contract may result in an increase or decrease to this estimated value. The estimated values are based on the Initial Term as defined in II.2.2 with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority.                  
         Estimated value excluding VAT:
         Range between: 13,000,000 and 37,000,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: The ‘Initial Term’ of the Contract is the period from the date the contract is signed until three years after the contractually agreed date for Go Live of the Services, with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. It is envisaged that there will be a period of between 3 and 6 months after the contract has been signed where transition activities may be taking place before Go Live of the Services. The 66 months referred to in section II.3 therefore covers the period from contract award and the options for extension as detailed above.       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in months: 66 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 66 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: End User Computing and related Services

      1)Short Description:      
      The contracting authority has undertaken a review of its existing supply chain and has chosen a target operating model and a strategic IT supply chain that adopts industry standards and good practice. The contracting authority has established the Procurement of Replacement IT Service Environment (PRISE) Project to implement a SIAM operating model for the delivery of key IT Services across the contracting authority and to procure replacement contracts that align with and support this model. This will replace part of the legacy contract, due to expire by end of March 2015 The contracting authority is intending to move from a single supplier model to a tower based model which allows for the provision of IT Services from Service Towers being managed by the SIAM operating model. The SIAM operating model will be managed by the contracting authority. Lot 1 covers the procurement of End User Computing Services and related services and expressions of interest are invited within this Contract Notice. The current plan is to award a contract in relation to this Lot 1 before the end of this financial year, March 2015. The successful supplier will be required to be ready for transition of the above services from the incumbent supplier, as well as providing any new services that the contracting authority may require in the future, and support all these services as per the agreed service levels during and post transition. A key success of the PRISE project is that all tower suppliers will work collaboratively with each other and the contracting authority. At the end of the contract term the successful supplier is expected to provide exit management services to transition the services to new supplier(s).

      2)Common Procurement Vocabulary:
         72000000 - IT services: consulting, software development, Internet and support.
                  30000000 - Office and computing machinery, equipment and supplies except furniture and software packages.
                  79800000 - Printing and related services.
                  48500000 - Communication and multimedia software package.
                  50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment.
                  48730000 - Security software package.
                  72100000 - Hardware consultancy services.
                  72221000 - Business analysis consultancy services.
                  72222000 - Information systems or technology strategic review and planning services.
                  72223000 - Information technology requirements review services.
                  72224000 - Project management consultancy services.
                  72227000 - Software integration consultancy services.
                  72253000 - Help-desk and support services.
                  72500000 - Computer-related services.
                  30200000 - Computer equipment and supplies.
                  30230000 - Computer related equipment.
                  79820000 - Services related to printing.
                  50320000 - Repair and maintenance services of personal computers.
                  48731000 - File security software package.
                  48732000 - Data security software package.
                  72600000 - Computer support and consultancy services.
         
      3)Quantity Or Scope:      
      Please refer to the PQQ for further details on the scope of Lot 1. The range is an estimated value for the Initial Term as defined in paragraph 5 below together with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. For Lot 1 changes agreed over the duration of the contract may result in an increase or decrease to this estimated value.               
         Value range between: 6,000,000 and 21,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 66
                                          
                  
         5)Additional Information About Lots:         
            The ‘Initial Term’ of the Contract is the period from the date the contract is signed until three years after the contractually agreed date for Go Live of the Services, with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. It is envisaged that there will be a period of between 3 and 6 months after the contract has been signed where transition activities may be taking place before Go Live of the Services. The 66 months referred to in section II.3 therefore covers the period from contract award and the options for extension as detailed abovewith an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority.      
      Lot No: 2
      Title: Networks and Telecommunications and related Services

      1)Short Description:      
      The contracting authority has undertaken a review of its existing supply chain and has chosen a target operating model and a strategic IT supply chain that adopts industry standards and good practice. The contracting authority has established the Procurement of Replacement IT Service Environment (PRISE) Project to implement a SIAM operating model for the delivery of key IT Services across the contracting authority and to procure replacement contracts that align with and support this model. This will replace part of the legacy contract, due to expire by end of March 2015. The contracting authority is intending to move from a single supplier model to a tower based model which allows for the provision of IT Services from Service Towers being managed by the SIAM operating model. The SIAM operating model will be managed by the contracting authority. The SIAM function will be provided within the contracting authority. Lot 2 covers the procurement of Networks and Telecommunications and related Services and expressions of interest are invited within this Contract Notice. The current plan is to award a contract in relation to this Lot 2 before the end of this financial year, March 2015. The successful supplier will be required to be ready for transition of the above services from the incumbent supplier, as well as providing any new services that the contracting authority may require in the future, and support all these services as per the agreed service levels during and post transition. A key success of the PRISE project is that all tower suppliers will work collaboratively with each other and the contracting authority. At the end of the contract term the successful supplier is expected to provide exit management services to transition the services to new supplier(s).

      2)Common Procurement Vocabulary:
         64200000 - Telecommunications services.
                  51300000 - Installation services of communications equipment.
                  48500000 - Communication and multimedia software package.
                  50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment.
                  72700000 - Computer network services.
                  72100000 - Hardware consultancy services.
                  72221000 - Business analysis consultancy services.
                  72222000 - Information systems or technology strategic review and planning services.
                  72223000 - Information technology requirements review services.
                  72224000 - Project management consultancy services.
                  72227000 - Software integration consultancy services.
                  72228000 - Hardware integration consultancy services.
                  72253000 - Help-desk and support services.
                  32400000 - Networks.
                  48200000 - Networking, Internet and intranet software package.
                  50330000 - Maintenance services of telecommunications equipment.
                  48732000 - Data security software package.
         
      3)Quantity Or Scope:      
      Please refer to the PQQ for further details on the scope of Lot 2. The range is an estimated value for the Initial Term as defined in paragraph 5 below together with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. For Lot 2 changes agreed over the duration of the contract may result in an increase or decrease to this estimated value..               
         Value range between: 4,000,000 and 9,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 66
                                          
                  
         5)Additional Information About Lots:         
            The ‘Initial Term’ of the Contract is the period from the date the contract is signed until three years after the contractually agreed date for Go Live of the Services, with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. It is envisaged that there will be a period of between 3 and 6 months after the contract has been signed where transition activities may be taking place before Go Live of the Services. The 66 months referred to in section II.3 therefore covers the period from contract award and the options for extension as detailed above.      
      Lot No: 3
      Title: Protective Monitoring and related Services

      1)Short Description:      
      The contracting authority has undertaken a review of its existing supply chain and has chosen a target operating model and a strategic IT supply chain that adopts industry standards and good practice. The contracting authority has established the Procurement of Replacement IT Service Environment (PRISE) Project to implement a SIAM operating model for the delivery of key IT Services across the contracting authority and to procure replacement contracts that align with and support this model. This will replace part of the legacy contract, due to expire by end of March 2015. The contracting authority is intending to move from a single supplier model to a tower based model which allows for the provision of IT Services from Service Towers being managed by the SIAM operating model. The SIAM operating model will be managed by the contracting authority. Lot 3 covers the procurement of Protective Monitoring and related Services and expressions of interest are invited within this Contract Notice. The current plan is to award a contract in relation to this Lot 3 before the end of this financial year, March 2015. The successful supplier will be required to be ready for transition of the above services from the incumbent supplier, as well as providing any new services that the contracting authority may require in the future, and support all these services as per the agreed service levels during and post transition. A key success of the PRISE project is that all tower suppliers will work collaboratively with each other and the contracting authority. At the end of the contract term the successful supplier is expected to provide exit management services to transition the services to new supplier(s).

      2)Common Procurement Vocabulary:
         72000000 - IT services: consulting, software development, Internet and support.
                  48730000 - Security software package.
                  72221000 - Business analysis consultancy services.
                  72222000 - Information systems or technology strategic review and planning services.
                  72223000 - Information technology requirements review services.
                  72224000 - Project management consultancy services.
                  72227000 - Software integration consultancy services.
                  72253000 - Help-desk and support services.
                  48732000 - Data security software package.
                  72212730 - Security software development services.
         
      3)Quantity Or Scope:      
      Please refer to the PQQ for further details on the scope of Lot 3. The range is an estimated value for the Initial Term as defined in paragraph 5 below together with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. For Lot 3 changes agreed over the duration of the contract may result in an increase or decrease to this estimated value.               
         Value range between: 3,000,000 and 7,000,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 66
                                          
                  
         5)Additional Information About Lots:         
            The ‘Initial Term’ of the Contract is the period from the date the contract is signed until three years after the contractually agreed date for Go Live of the Services, with an option to extend for a further period or periods of up to 24 months solely at the discretion of the contracting authority. It is envisaged that there will be a period of between 3 and 6 months after the contract has been signed where transition activities may be taking place before Go Live of the Services. The 66 months referred to in section II.3 therefore covers the period from contract award and the options for extension as detailed above.         
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Where appropriate a performance bond or parent company guarantee or other form of security may be required depending upon the organisation's financial stability as set out in the Pre-Qualification Questionnaire (PQQ).
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Details of financing conditions and payment arrangements will be outlined in the Pre-Qualification Questionnaire (PQQ).
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several liability.
      
      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:

      Potential suppliers will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006 (as amended) on the basis of information provided in response to the Pre-Qualification Questionnaire (PQQ). Potential suppliers will be asked to confirm that none of the conditions set out in regulation 23 of the Public Contracts Regulation 2006 apply to their organisations.      
      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:
         The minimum level(s) of standards required are as set out in the Pre- Qualification Questionnaire (PQQ). The PQQ is available electronically from the website stated in Section VI.3.         
         Minimum Level(s) of standards possibly required:
         The minimum level(s) of standards required are as set out in the Pre- Qualification Questionnaire (PQQ). Access to the PQQ is available electronically from the website stated in Section VI.3.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         In considering whether the contracting authority is satisfied that the minimum standard for reliability based on past performance is met, the contracting authority reserves the right to verify the information required and to require the potential suppliers to clarify or supplement it.         
         Minimum Level(s) of standards possibly required:
         The minimum level(s) of standards required are as set out in the Pre- Qualification Questionnaire (PQQ). Access to the PQQ is available electronically from the website stated in Section VI.3.      
      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: Yes
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: 7         
         Objective Criteria for choosing the limited number of candidates:
         Envisaged minimum number 5: and maximum number 7

Objective criteria for choosing the limited number of candidates: Selected Potential Service Providers will be issued an ITT following evaluation of responses to the PQQ. The contracting authority will rank Potential Service Providers relative to one another and it will then select a minimum of 5 and a maximum of 7 Potential Service Providers who will be issued with an ITT: Subject to (1) and (2) below Potential Service Providers must pass the minimum threshold (as set in the PQQ);

(1) In the event that less than 5 Potential Service Providers pass the minimum threshold then the contracting authority reserves the right to select the 5 top scoring Potential Service Providers. See section 2.7.1.1 in "Evaluation of Bidder Organisation" word document.

(2) In the event that more than 7 Potential Service Providers exceed the minimum threshold then the contracting authority will only select the 7 highest scoring Potential Service Providers. See section 2.7.1.5 in "Evaluation of Bidder Organisation" word document.   
   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: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2014/S 27 - 43139 of 06/02/2014
               
         Other previous publications: No                

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 11/06/2014
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 12/06/2014
         Time: 12:00      
      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.

The contracting authority reserves the right to cancel the procurement at any time and not to proceed with the award of any contract at any stage of the procurement process in each case without liability on the part of the contracting authority. Potential suppliers should note that the provisions of the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply to this procurement.

To register your Expression of Interest in this Contract Notice please register your company on the Delta eSouring portal (this is only required once) using https://www.delta-esourcing.com and click the link to register. If you require further information and or assistance please email the online help desk at: helpdesk@delta-esourcing.com or contact Tel: 08452707050
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Newport:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./X23QHWNC3X

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X23QHWNC3X
GO-2014512-PRO-5663896 TKR-2014512-PRO-5663895
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Office for National Statistics
      Government Buildings, Cardiff Road, Newport, NP10 8XG, United Kingdom
      Tel. +44 1633456577, Email: prise.project.team@ons.gov.uk, URL: www.statistics.gov.uk

      VI.4.2)Lodging of appeals: The contracting authority shall comply with the requirements of Regulation 29a and 32 of the Public Contracts Regulations 2006 (which incorporates Diective 2004 /18/EC into English law), as amended to incorporate the requirements of the Remedies Directive (2007/66/EC) and subsequent amendments, when notifying economic operators of the outcome of this procurement.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Office for National Statistics
      Government Buildings, Cardiff Road, Newport, NP10 8XG, United Kingdom
      Tel. +44 1633456577, Email: prise.project.team@ons.gov.uk, URL: www.statistics.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 12/05/2014

ANNEX A

View any Notice Addenda

Procurement of Replacement IT Service Environment (PRISE) Project- End User Computing, Networks and Telecommunications, Protective Monitoring Services and related services

UK-Newport: IT services: consulting, software development, Internet and support.

Section I: Contracting Authority
   Title: UK-Newport: IT services: consulting, software development, Internet and support.
   I.1)Name, Addresses And Contact Point(s)
      Office for National Statistics
      Room D.221, Government Buildings, Cardiff Road, Newport, NP10 8XG, United Kingdom
      Tel. +44 1633456577, Email: prise.project.team@ons.gov.uk, URL: www.statistics.gov.uk, URL: as above
      Contact: prise.project.team@ons.gov.uk, Attn: Gary Williams
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Procurement of Replacement IT Service Environment (PRISE) Project- End User Computing, Networks and Telecommunications, Protective Monitoring Services and related services
      II.1.2)Short description of the contract or purchase:
      IT services: consulting, software development, Internet and support. Office and computing machinery, equipment and supplies except furniture and software packages. Telecommunications services. Installation services of communications equipment. Printing and related services. Communication and multimedia software package. Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment. Security software package. Computer network services. Hardware consultancy services. Business analysis consultancy services. Information systems or technology strategic review and planning services. Information technology requirements review services. Project management consultancy services. Software integration consultancy services. Hardware integration consultancy services. Help-desk and support services. Software consultancy services. Computer-related services. Computer equipment and supplies. Data-processing machines (hardware). Computer related equipment. Services related to printing. Networks. Networking, Internet and intranet software package. Maintenance services of telecommunications equipment. Repair and maintenance services of personal computers. File security software package. Data security software package. Security software development services. Data security software development services. Computer support and consultancy services. As set out in the PIN (2014/S 027-043139) the Office for National Statistics (the contracting authority) is the UK’s largest independent producer of official statistics and is the recognised national statistical institute for the UK. It is responsible for collecting and publishing statistics related to the economy, population and society at national, regional and local levels. It also conducts the census in England and Wales every ten years. The contract authority plays a leading role in national and international good practice in the production of official statistics. It is the executive office of the UK Statistics Authority and although they are separate, they are still closely related.

The contracting authority operates from three main sites located in Newport (South Wales), London, and Titchfield (Hampshire) with two smaller satellite offices in Dorset and Edinburgh.

The contracting authority has undertaken a review of its existing supply chain and has chosen a target operating model and a strategic IT supply chain that adopts industry standards and good practice. The contracting authority has established the Procurement of Replacement IT Service Environment (PRISE) Project to implement a SIAM operating model for the delivery of key IT Services across the contracting authority and to procure replacement contracts that align with and support this model. This will replace part of the legacy contract, due to expire by end of March 2015. The contracting authority is intending to move from a single supplier model to a tower based model which allows for the provision of IT Services from Service Towers being managed by the SIAM operating model. The SIAM operating model will be managed by the contracting authority.

The contracting authority now wishes to seek prime supplier(s) to provide End-User Computing Services, Networks and Telecommunications Services and Protective Monitoring Services and related services which will form three separate lots and expressions of interest are invited for one or more of the Lots within this Contract Notice. Transition and operation of the IT Services for End-User Computing, Networks and Telecommunications and Protective Monitoring and related services will be a phased exercise and the current plan is to award contracts in relation to each of the three Lots (set out at Annex B) prior to expiry of the related services in March 2015. The successful supplier(s) will be required to be ready for transition of the above services from the incumbent supplier, as well as providing any new services that the contracting authority may require in the future, and support all these services as per the agreed service levels during and post transition. A key success of the PRISE project is that all tower suppliers will work collaboratively with each other and the contracting authority. At the end of the contract term the successful supplier(s) are expected to provide exit management services to transition the services to new suppliers.
      
      II.1.3)Common procurement vocabulary:
      72000000 - IT services: consulting, software development, Internet and support.
      
      30000000 - Office and computing machinery, equipment and supplies except furniture and software packages.
      
      64200000 - Telecommunications services.
      
      51300000 - Installation services of communications equipment.
      
      79800000 - Printing and related services.
      
      48500000 - Communication and multimedia software package.
      
      50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment.
      
      48730000 - Security software package.
      
      72700000 - Computer network services.
      
      72100000 - Hardware consultancy services.
      
      72221000 - Business analysis consultancy services.
      
      72222000 - Information systems or technology strategic review and planning services.
      
      72223000 - Information technology requirements review services.
      
      72224000 - Project management consultancy services.
      
      72227000 - Software integration consultancy services.
      
      72228000 - Hardware integration consultancy services.
      
      72253000 - Help-desk and support services.
      
      72266000 - Software consultancy services.
      
      72500000 - Computer-related services.
      
      30200000 - Computer equipment and supplies.
      
      30210000 - Data-processing machines (hardware).
      
      30230000 - Computer related equipment.
      
      79820000 - Services related to printing.
      
      32400000 - Networks.
      
      48200000 - Networking, Internet and intranet software package.
      
      50330000 - Maintenance services of telecommunications equipment.
      
      50320000 - Repair and maintenance services of personal computers.
      
      48731000 - File security software package.
      
      48732000 - Data security software package.
      
      72212730 - Security software development services.
      
      72212732 - Data security software development services.
      
      72600000 - Computer support and consultancy services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2014 - 135423
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 12/05/2014
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice: Not Provided

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice:            
            Place of text to be added: Addtional Information
            
            Text to be added: We have discovered an error in the PQQ process the outcome of which has led the Authority to restart the PQQ process. The Contract Notice will not change but the Authority will be issuing the PQQ documents again via the Delta eSourcing tool in July. Bidder Organisations will be notified via an email when the PQQ will become available on the system. Bidder Organisations will be required to express an interest in order to be given access to the documents. Bidder Organisations will be given 30 days to respond to the PQQ and the exact closing date will be stated on Delta.

      VI.4)Other 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.

The contracting authority reserves the right to cancel the procurement at any time and not to proceed with the award of any contract at any stage of the procurement process in each case without liability on the part of the contracting authority. Potential suppliers should note that the provisions of the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply to this procurement.

To register your Expression of Interest in this Contract Notice please register your company on the Delta eSouring portal (this is only required once) using https://www.delta-esourcing.com and click the link to register. If you require further information and or assistance please email the online help desk at: helpdesk@delta-esourcing.com or contact Tel: 08452707050
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=104592476
GO-201471-PRO-5780133 TKR-201471-PRO-5780132

      VI.5)Date of dispatch: 01/07/2014
Procurement of Replacement IT Service Environment (PRISE) Project- End User Computing, Networks and Telecommunications, Protective Monitoring Services and related services

UK-Newport: IT services: consulting, software development, Internet and support.

Section I: Contracting Authority
   Title: UK-Newport: IT services: consulting, software development, Internet and support.
   I.1)Name, Addresses And Contact Point(s)
      Office for National Statistics
      Room D.221, Government Buildings, Cardiff Road, Newport, NP10 8XG, United Kingdom
      Tel. +44 1633456577, Email: prise.project.team@ons.gov.uk, URL: www.statistics.gov.uk, URL: as above
      Contact: prise.project.team@ons.gov.uk, Attn: Gary Williams
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Procurement of Replacement IT Service Environment (PRISE) Project- End User Computing, Networks and Telecommunications, Protective Monitoring Services and related services
      II.1.2)Short description of the contract or purchase:
      IT services: consulting, software development, Internet and support. Office and computing machinery, equipment and supplies except furniture and software packages. Telecommunications services. Installation services of communications equipment. Printing and related services. Communication and multimedia software package. Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment. Security software package. Computer network services. Hardware consultancy services. Business analysis consultancy services. Information systems or technology strategic review and planning services. Information technology requirements review services. Project management consultancy services. Software integration consultancy services. Hardware integration consultancy services. Help-desk and support services. Software consultancy services. Computer-related services. Computer equipment and supplies. Data-processing machines (hardware). Computer related equipment. Services related to printing. Networks. Networking, Internet and intranet software package. Maintenance services of telecommunications equipment. Repair and maintenance services of personal computers. File security software package. Data security software package. Security software development services. Data security software development services. Computer support and consultancy services. As set out in the PIN (2014/S 027-043139) the Office for National Statistics (the contracting authority) is the UK’s largest independent producer of official statistics and is the recognised national statistical institute for the UK. It is responsible for collecting and publishing statistics related to the economy, population and society at national, regional and local levels. It also conducts the census in England and Wales every ten years. The contract authority plays a leading role in national and international good practice in the production of official statistics. It is the executive office of the UK Statistics Authority and although they are separate, they are still closely related.

The contracting authority operates from three main sites located in Newport (South Wales), London, and Titchfield (Hampshire) with two smaller satellite offices in Dorset and Edinburgh.

The contracting authority has undertaken a review of its existing supply chain and has chosen a target operating model and a strategic IT supply chain that adopts industry standards and good practice. The contracting authority has established the Procurement of Replacement IT Service Environment (PRISE) Project to implement a SIAM operating model for the delivery of key IT Services across the contracting authority and to procure replacement contracts that align with and support this model. This will replace part of the legacy contract, due to expire by end of March 2015. The contracting authority is intending to move from a single supplier model to a tower based model which allows for the provision of IT Services from Service Towers being managed by the SIAM operating model. The SIAM operating model will be managed by the contracting authority.

The contracting authority now wishes to seek prime supplier(s) to provide End-User Computing Services, Networks and Telecommunications Services and Protective Monitoring Services and related services which will form three separate lots and expressions of interest are invited for one or more of the Lots within this Contract Notice. Transition and operation of the IT Services for End-User Computing, Networks and Telecommunications and Protective Monitoring and related services will be a phased exercise and the current plan is to award contracts in relation to each of the three Lots (set out at Annex B) prior to expiry of the related services in March 2015. The successful supplier(s) will be required to be ready for transition of the above services from the incumbent supplier, as well as providing any new services that the contracting authority may require in the future, and support all these services as per the agreed service levels during and post transition. A key success of the PRISE project is that all tower suppliers will work collaboratively with each other and the contracting authority. At the end of the contract term the successful supplier(s) are expected to provide exit management services to transition the services to new suppliers.
      
      II.1.3)Common procurement vocabulary:
      72000000 - IT services: consulting, software development, Internet and support.
      
      30000000 - Office and computing machinery, equipment and supplies except furniture and software packages.
      
      64200000 - Telecommunications services.
      
      51300000 - Installation services of communications equipment.
      
      79800000 - Printing and related services.
      
      48500000 - Communication and multimedia software package.
      
      50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment.
      
      48730000 - Security software package.
      
      72700000 - Computer network services.
      
      72100000 - Hardware consultancy services.
      
      72221000 - Business analysis consultancy services.
      
      72222000 - Information systems or technology strategic review and planning services.
      
      72223000 - Information technology requirements review services.
      
      72224000 - Project management consultancy services.
      
      72227000 - Software integration consultancy services.
      
      72228000 - Hardware integration consultancy services.
      
      72253000 - Help-desk and support services.
      
      72266000 - Software consultancy services.
      
      72500000 - Computer-related services.
      
      30200000 - Computer equipment and supplies.
      
      30210000 - Data-processing machines (hardware).
      
      30230000 - Computer related equipment.
      
      79820000 - Services related to printing.
      
      32400000 - Networks.
      
      48200000 - Networking, Internet and intranet software package.
      
      50330000 - Maintenance services of telecommunications equipment.
      
      50320000 - Repair and maintenance services of personal computers.
      
      48731000 - File security software package.
      
      48732000 - Data security software package.
      
      72212730 - Security software development services.
      
      72212732 - Data security software development services.
      
      72600000 - Computer support and consultancy services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2015 - 135423
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 17/03/2015
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Incomplete Procedure

      VI.2)Information on incomplete awarding procedure
          The awarding procedure has been discontinued.

      VI.4)Other additional information:      
      The Office for National Statistics would like to inform the market of the cancellation of the Procurement of Replacement IT Service Environment (PRISE) Lots 1,2 and 3. The ONS is currently working with Government Digital Service, Crown Commercial Services and Cabinet Office to identify next steps.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=136948674
GO-2015317-PRO-6445236 TKR-2015317-PRO-6445235

      VI.5)Date of dispatch: 17/03/2015

View Award Notice