Low Carbon Contracts Company Ltd: IT Services Tender

  Low Carbon Contracts Company Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: IT Services Tender
Notice type: Contract Notice
Authority: Low Carbon Contracts Company Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: The Low Carbon Contracts Company and The Electricity Settlements Company (“together the Company”) jointly wish to select and appoint suitable Suppliers for the Provision of Information Technology (IT) Services for the Company
Published: 19/10/2015 13:18
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-London: IT services: consulting, software development, Internet and support.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Low Carbon Contracts Company Ltd
      Fleetbank House, 2-6 Salisbury Square, London, EC4Y 8JX, United Kingdom
      Tel. +44 2072118205, Email: gavin.wolstenhulme@lowcarboncontracts.uk, URL: www.lowcarboncontracts.uk
      Contact: Gavin Wolstenhulme

      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:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Environment

   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: IT Services Tender
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         Region Codes: UKI - LONDON         
      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. Hardware consultancy services. Computer equipment and supplies. Miscellaneous software package and computer systems. Computer hardware acceptance testing consultancy services. Computer audit consultancy and hardware consultancy services. The Low Carbon Contracts Company and The Electricity Settlements Company (“together the Company”) jointly wish to select and appoint suitable Suppliers for the Provision of Information Technology (IT) Services for the Company
         
      II.1.6)Common Procurement Vocabulary:
         72000000 - IT services: consulting, software development, Internet and support.
         
         72100000 - Hardware consultancy services.
         
         30200000 - Computer equipment and supplies.
         
         48900000 - Miscellaneous software package and computer systems.
         
         72140000 - Computer hardware acceptance testing consultancy services.
         
         72150000 - Computer audit consultancy and hardware 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:
      This tender will be across 3 lots
1 - LAN
2- End User Computing
3 - Hosting                  
         Estimated value excluding VAT:
         Range between: 3,000,000 and 3,500,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         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: 36 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Office Network (LAN)

      1)Short Description:      
      a)Deliverables:
i)Transition, Integration & Management of the LCCC Office Network (LAN)
ii)Managed access to the Internet; both corporate & Third party users
iii)Provision of enhanced security using appropriate technology

      2)Common Procurement Vocabulary:
         32410000 - Local area network.
                  72710000 - Local area network services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: End User Computing

      1)Short Description:      
      a)Deliverables:
i)Supply, Delivery, Installation, Testing & Commissioning, Management of New End User Computing Service.
ii)On-board existing infrastructure over to Managed service provider
iii)Service provision of Encryption Services
iv)Secure connection for the Remote Access Service

      2)Common Procurement Vocabulary:
         72211000 - Programming services of systems and user software.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 3
      Title: Hosting

      1)Short Description:      
      a)Deliverables:
i)Supply, Delivery, Installation & Transition, Testing & Commissioning, and Management of Hosting services platform for LCCC Line of Business IT systems.
ii)Service provision of Firewall Services
iii)Managed access to the Internet
iv)Secure connection for the Remote Access Service

      2)Common Procurement Vocabulary:
         72212220 - Internet and intranet software development services.
                  72212221 - Internet browsing software development services.
                  72400000 - Internet services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (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.
      
      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: Not Provided      
      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: Not Provided
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: 10   
   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: CRN2015/008      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 19/11/2015
      Time-limit for receipt of requests for documents or for accessing documents: 09:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 20/11/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 30/11/2015      
      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: 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-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./WXQ2XXE5R2

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WXQ2XXE5R2
GO-20151019-PRO-7211240 TKR-20151019-PRO-7211239
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 19/10/2015

ANNEX A

View any Notice Addenda

View Award Notice

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

Section I: Contracting Authority
   Title: UK-London: IT services: consulting, software development, Internet and support.
   I.1)Name, Addresses and Contact Point(s):
      Low Carbon Contracts Company Ltd
      Fleetbank House, 2-6 Salisbury Square, London, EC4Y 8JX, United Kingdom
      Tel. +44 2072118205, Email: gavin.wolstenhulme@lowcarboncontracts.uk, URL: www.lowcarboncontracts.uk
      Contact: Gavin Wolstenhulme

   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Environment

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: IT Services Tender      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 7
         
         Region Codes: UKI - LONDON         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         IT services: consulting, software development, Internet and support. Hardware consultancy services. Computer equipment and supplies. Miscellaneous software package and computer systems. Computer hardware acceptance testing consultancy services. Computer audit consultancy and hardware consultancy services. The Low Carbon Contracts Company and The Electricity Settlements Company (“together the Company”) jointly wish to select and appoint suitable Suppliers for the Provision of Information Technology (IT) Services for the Company
      II.1.5)Common procurement vocabulary:
         72000000 - IT services: consulting, software development, Internet and support.
         72100000 - Hardware consultancy services.
         30200000 - Computer equipment and supplies.
         48900000 - Miscellaneous software package and computer systems.
         72140000 - Computer hardware acceptance testing consultancy services.
         72150000 - Computer audit consultancy and hardware consultancy services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 1,675,000
         Currency: GBP

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Statement of requirements - 20
         Technical Requirements - 55
         Pricing - 25
         
      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: CRN2015/008         
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: CRN2015/008

      V.1)Date Of Contract Award: 16/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: 2          
         Number Of Offers Received By Electronic Means: 2       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Fordway Solutions Ltd
         Postal address: Hambledon House, Catteshall Lane, Godalming
         Town: Surrey
         Postal code: GU7 1JJ
         Country: United Kingdom
         Email: Aftab.Ahmed@fordway.com
         Telephone: +44 1483528235
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 1,675,000
            Currency: GBP

         If annual or monthly value:
            Number of years: 3
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=191631239
GO-2016222-PRO-7795297 TKR-2016222-PRO-7795296   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 22/02/2016