Forestry Commission: IT Consultancy Services Framework

  Forestry Commission is using Delta eSourcing to run this tender exercise

Notice Summary
Title: IT Consultancy Services Framework
Notice type: Contract Notice
Authority: Forestry Commission
Nature of contract: Services
Procedure: Open
Short Description: Forestry England requires the provision of IT Consultancy Services. The requirement is split into 4 lots 1. Generic IT Consultancy and Development 2. Microsoft 365 Consultancy and Development 3. IT Security 4. Web Development Further details are provided within the Specification Document
Published: 18/02/2021 13:05
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-Bristol: IT services: consulting, software development, Internet and support.
Section I: Contracting Authority
      I.1) Name and addresses
             Forestry Commission, United Kingdom
             620 Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
             Tel. +44 3000674059, Email: sam.harris@forestryengland.uk
             Contact: Sam Harris
             Main Address: https://www.forestryengland.uk, Address of the buyer profile: https://www.forestryengland.uk
             NUTS Code: UKK11
      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: https://www.delta-esourcing.com/tenders/UK-UK-Bristol:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./B9Q9Q77982
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: IT Consultancy Services Framework       
      Reference Number: FEE/0730
      II.1.2) Main CPV Code:
      72000000 - IT services: consulting, software development, Internet and support.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Forestry England requires the provision of IT Consultancy Services.

The requirement is split into 4 lots

1. Generic IT Consultancy and Development
2. Microsoft 365 Consultancy and Development
3. IT Security
4. Web Development

Further details are provided within the Specification Document       
      II.1.5) Estimated total value:
      Value excluding VAT: 700,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Generic IT Consultancy and Development       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      72220000 - Systems and technical consultancy services.
      
      II.2.3) Place of performance:
      UKK11 Bristol, City of
      
      II.2.4) Description of procurement: A supplier who can provide generalised IT consultancy and development as required.

This will involve specific relevance to IT such as gap analysis to examine where improvements can be made; analysis of smarter working to demonstrate where IT is best deployed to achieve the greatest impact; and IT developers and technical analysts to be able to build apps or provide resource cover to the IT team when necessary.
      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: 175,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 19/04/2021 / End: 18/04/2025       
      This contract is subject to renewal: No       
      Description of renewals: 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       
II.2) Description Lot No. 2
      
      II.2.1) Title: Microsoft 365 Consultancy and Development       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      72266000 - Software consultancy services.
      
      II.2.3) Place of performance:
      UKK11 Bristol, City of
      
      II.2.4) Description of procurement: The contractor must be able to provide consultancy and development on a variety of topics within Microsoft 365. They should be able to provide SMEs for M365 and can develop applications built within the PowerApps M365 application. They must also be able to provide programme management and advice on M365 projects.
      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: 175,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 19/04/2021 / End: 18/04/2025       
      This contract is subject to renewal: No       
      Description of renewals: 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       
II.2) Description Lot No. 3
      
      II.2.1) Title: IT Security       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      72246000 - Systems consultancy services.
      
      II.2.3) Place of performance:
      UKK11 Bristol, City of
      
      II.2.4) Description of procurement: The contractor must be able to provide consultancy on IT security to analyse where gaps exist and advise on ways in which security can be improved. They must also be able to undertake penetration testing of IT systems and then suggest and implement ways to improve these systems.
      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: 175,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 19/04/2021 / End: 18/04/2025       
      This contract is subject to renewal: No       
      Description of renewals: 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       
II.2) Description Lot No. 4
      
      II.2.1) Title: Web Development       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      72220000 - Systems and technical consultancy services.
      
      II.2.3) Place of performance:
      UKK11 Bristol, City of
      
      II.2.4) Description of procurement: The consultant must be able to undertake:
-ad-hoc web development and advise on website design, including working with Drupal
-advise on web ops and web infrastructure related matters
-advise on how to integrate websites with existing and future Forestry England systems
      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: 175,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 19/04/2021 / End: 18/04/2025       
      This contract is subject to renewal: No       
      Description of renewals: 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:          
      Not Provided       
      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 OPEN
      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: 4           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   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: No       
   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: 12/03/2021 Time: 16:00
            
      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:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 26/03/2021
         Time: 12:00
      

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 Yes       
   Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bristol:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./B9Q9Q77982

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/B9Q9Q77982
   VI.4) Procedures for review
   VI.4.1) Review body:
             Forestry Commission
       620 Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
       Email: sam.harris@forestryengland.uk
       Internet address: https://www.forestryengland.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Forestry Commission
       620 Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
       Tel. +44 03000674059, Email: procurement.england@forestengland.uk
       Internet address: https://www.forestryengland.uk
   VI.5) Date Of Dispatch Of This Notice: 18/02/2021

Annex A


View any Notice Addenda

View Award Notice