Clarity Procurement Solutions is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Network Support Services |
Notice type: | Contract Notice |
Authority: | Clarity Procurement Solutions |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | This tender will select a supplier to provide network support services. In addition to day-to-day support services, the appointed supplier will be expected to provide innovation and support as Poplar HARCA transitions away from a traditional on-premise data centre service delivery model with legacy MPLS network architecture, etc. The appointed supplier should also have the ability to supply equipment and other related services as, when and if required. The Contract shall last for an initial period of three (3), with an options to extend at Poplar HARCA’s sole discretion for a further four (4) periods of one (1) year each, giving a total potential term of up to seven (7) years. The estimated annual contract value is £110,00 professional services and £90,000 equipment - total annual value £200,000 The Contract is expected to commence on 1st April 2023. |
Published: | 28/10/2022 13:15 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Poplar Housing and Regeneration Community Association Limited
155 E India Dock Rd, London, E14 6DA, United Kingdom
Tel. +44 1942725438, Email: nathan@clarityprocurement.co.uk
Main Address: https://www.poplarharca.co.uk/
NUTS Code: UKI
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: No.
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-London:-Information-technology-services./648E65QT23
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
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Network Support Services
Reference Number: PH/NSS/2022
II.1.2) Main CPV Code:
72222300 - Information technology services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This tender will select a supplier to provide network support services. In addition to day-to-day support services, the appointed supplier will be expected to provide innovation and support as Poplar HARCA transitions away from a traditional on-premise data centre service delivery model with legacy MPLS network architecture, etc. The appointed supplier should also have the ability to supply equipment and other related services as, when and if required.
The Contract shall last for an initial period of three (3), with an options to extend at Poplar HARCA’s sole discretion for a further four (4) periods of one (1) year each, giving a total potential term of up to seven (7) years.
The estimated annual contract value is £110,00 professional services and £90,000 equipment - total annual value £200,000
The Contract is expected to commence on 1st April 2023.
II.1.5) Estimated total value:
Value excluding VAT: 600,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
72250000 - System and support services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This tender will select a supplier to provide network support services. In addition to day-to-day support services, the appointed supplier will be expected to provide innovation and support as Poplar HARCA transitions away from a traditional on-premise data centre service delivery model with legacy MPLS network architecture, etc. The appointed supplier should also have the ability to supply equipment and other related services as, when and if required.
The Contract shall last for an initial period of three (3), with an options to extend at Poplar HARCA’s sole discretion for a further four (4) periods of one (1) year each, giving a total potential term of up to seven (7) years.
The estimated annual contract value is £110,00 professional services and £90,000 equipment - total annual value £200,000
The Contract is expected to commence on 1st April 2023.
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: 600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Subject to take up of extension renewals, seven(7) years from contract award
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates: The top 5 scoring Applicants (out of those who pass all the pass/fail questions) will be invited to participate in the ITT stage
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Contract shall last for an initial period of three (3), with an options to extend at Poplar HARCA’s sole discretion for a further four (4) periods of one (1) year each, giving a total potential term of up to seven (7) years.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/2WEV3KTV89
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the procurement documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As stated in the procurement documents
Minimum level(s) of standards possibly required (if applicable) :
As stated in the procurement documents
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) 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: 28/11/2022 Time: 16:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/12/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Subject to take up of extension renewals, seven(7) years from contract award
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: 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.
This tender is being administered on behalf of Poplar HARCA by Clarity Procurement Solutions Limited.
Potential Applicants wishing participate in this tender opportunity are requested to:
Download and read the draft Invitation to Tender Document and supporting appendices to familiarise yourselves with Poplar HARCA's requirements
Download and read the Selection Questionnaire Instructions Document
Download and complete the Selection Questionnaire Document
Submit a completed Selection Questionnaire Document in accordance with the Selection Questionnaire Instructions, noting the deadline submission of 16:00 hours on 28/11/2022.
Potential Applicants must not complete or submit the Draft Invitation to Tender Document at this stage
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Information-technology-services./648E65QT23
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/648E65QT23
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will enter into this contract following a minimum 10 day calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/102) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The Cabinet Office
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 28/10/2022
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Poplar Housing and Regeneration Community Association Limited
155 E India Dock Rd, London, E14 6DA, United Kingdom
Tel. +44 1942725438, Email: nathan@clarityprocurement.co.uk
Main Address: https://www.poplarharca.co.uk/
NUTS Code: UKI
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: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Network Support Services
Reference number: PH/NSS/2022
II.1.2) Main CPV code:
72222300 - Information technology services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This tender will select a supplier to provide network support services. In addition to day-to-day support services, the appointed supplier will be expected to provide innovation and support as Poplar HARCA transitions away from a traditional on-premise data centre service delivery model with legacy MPLS network architecture, etc. The appointed supplier should also have the ability to supply equipment and other related services as, when and if required. The Contract shall last for an initial period of three (3), with an options to extend at Poplar HARCA’s sole discretion for a further four (4) periods of one (1) year each, giving a total potential term of up to seven (7) years. The estimated annual contract value is £110,00 professional services and £90,000 equipment - total annual value £200,000 The Contract is expected to commence on 1st April 2023.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 867,500
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
72250000 - System and support services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: This tender will select a supplier to provide network support services. In addition to day-to-day support services, the appointed supplier will be expected to provide innovation and support as Poplar HARCA transitions away from a traditional on-premise data centre service delivery model with legacy MPLS network architecture, etc. The appointed supplier should also have the ability to supply equipment and other related services as, when and if required. The Contract shall last for an initial period of three (3), with an options to extend at Poplar HARCA’s sole discretion for a further four (4) periods of one (1) year each, giving a total potential term of up to seven (7) years. The estimated annual contract value is £110,00 professional services and £90,000 equipment - total annual value £200,000 The Contract is expected to commence on 1st April 2023.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
II.2.11) Information about options
Options: Yes
Description of these options:The Contract shall last for an initial period of three (3), with an options to extend at Poplar HARCA’s sole discretion for a further four (4) periods of one (1) year each, giving a total potential term of up to seven (7) years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/2WEV3KTV89
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-030519
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: Not Provided
Title: Network Support Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/04/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Protech Communications Ltd, UK
The Elms, Chapel Road, Boston, PE229PW, United Kingdom
NUTS Code: UKF3
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 867,500
Total value of the contract/lot: 867,500
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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. This tender is being administered on behalf of Poplar HARCA by Clarity Procurement Solutions Limited.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=784267271
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Contracting Authority will enter into this contract following a minimum 10 day calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 (SI 2015/102) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
London, United Kingdom
VI.5) Date of dispatch of this notice: 26/05/2023