First Choice Homes Oldham: FCHO IT Infrastructure

  First Choice Homes Oldham is using Delta eSourcing to run this tender exercise

Notice Summary
Title: FCHO IT Infrastructure
Notice type: Contract Notice
Authority: First Choice Homes Oldham
Nature of contract: Supplies
Procedure: Restricted
Short Description: FCHO is performing this procurement exercise to renew and enhance the existing contractual arrangements, this includes at a high-level: Required infrastructure upgrades and replacements; Required licensing; Ongoing hosting as applicable; and Ongoing managed support. The objective of the tender will be to commission a solution which fully supports the IT requirements of FCHO for the full contract term. FCHO will be seeking an innovative solution which offers value for money and provides scalability to accommodate the business demands as there is an increasing dependence on both existing and emerging technologies.
Published: 19/09/2018 12:24
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-Oldham: Information technology services.
Section I: Contracting Authority
      I.1) Name and addresses
             First Choice Homes Oldham
             First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
             Email: procurement@fcho.co.uk
             Main Address: https://www.fcho.co.uk/
             NUTS Code: UKD3
      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: http://www.delta-esourcing.com/tenders/UK-UK-Oldham:-Information-technology-services./MUWQKQUKZ2
      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
            Other type:: Housing Registered Provider
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: FCHO IT Infrastructure       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      72222300 - Information technology services.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: FCHO is performing this procurement exercise to renew and enhance the existing contractual arrangements, this includes at a high-level:

Required infrastructure upgrades and replacements;
Required licensing;
Ongoing hosting as applicable; and
Ongoing managed support.
The objective of the tender will be to commission a solution which fully supports the IT requirements of FCHO for the full contract term.
FCHO will be seeking an innovative solution which offers value for money and provides scalability to accommodate the business demands as there is an increasing dependence on both existing and emerging technologies.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKD3 Greater Manchester
      
      II.2.4) Description of procurement: FCHO is performing this procurement exercise to renew and enhance the existing contractual arrangements, this includes at a high-level:

Required infrastructure upgrades and replacements;
Required licensing;
Ongoing hosting as applicable; and
Ongoing managed support.
The objective of the tender will be to commission a solution which fully supports the IT requirements of FCHO for the full contract term.
FCHO will be seeking an innovative solution which offers value for money and provides scalability to accommodate the business demands as there is an increasing dependence on both existing and emerging technologies.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: Three extension of 1 year at First Choice Homes Oldham (FCHO) discretion making a total term of 7 years if all renewal options are exercised by FCHO.
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: 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       
      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
      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.2.2) 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: 19/10/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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-Oldham:-Information-technology-services./MUWQKQUKZ2

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MUWQKQUKZ2
   VI.4) Procedures for review
   VI.4.1) Review body:
             First Choice Homes Oldham
       First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
       Internet address: https://www.fcho.co.uk
   VI.4.2) Body responsible for mediation procedures:
             First Choice Homes Oldham
          First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
          Internet address: https://www.fcho.co.uk
   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:
          First Choice Homes Oldham
       First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
       Internet address: https://www.fcho.co.uk
   VI.5) Date Of Dispatch Of This Notice: 19/09/2018

Annex A


View any Notice Addenda

View Award Notice

UK-Oldham: Information technology services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       First Choice Homes Oldham
       First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
       Email: procurement@fcho.co.uk
       Main Address: https://www.fcho.co.uk/
       NUTS Code: UKD3

   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:
      Other type:: Housing Registered Provider

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: FCHO IT Infrastructure            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         72222300 - Information technology services.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: FCHO is performing this procurement exercise to renew and enhance the existing contractual arrangements, this includes at a high-level:

Required infrastructure upgrades and replacements;
Required licensing;
Ongoing hosting as applicable; and
Ongoing managed support.
The objective of the tender will be to commission a solution which fully supports the IT requirements of FCHO for the full contract term.
FCHO will be seeking an innovative solution which offers value for money and provides scalability to accommodate the business demands as there is an increasing dependence on both existing and emerging technologies.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,741,195
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      Greater Manchester
             

      II.2.4) Description of the procurement: FCHO is performing this procurement exercise to renew and enhance the existing contractual arrangements, this includes at a high-level:

Required infrastructure upgrades and replacements;
Required licensing;
Ongoing hosting as applicable; and
Ongoing managed support.
The objective of the tender will be to commission a solution which fully supports the IT requirements of FCHO for the full contract term.
FCHO will be seeking an innovative solution which offers value for money and provides scalability to accommodate the business demands as there is an increasing dependence on both existing and emerging technologies.

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 / Weighting: 70
                  
      Cost criterion - Name: Criterion 1 / Weighting: 30
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


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
       Not Provided
   

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/01/2019

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: 5          
         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)
             ANS Group plc
             Manchester Science Park, Manchester, M15 6SY, United Kingdom
             NUTS Code: UKD3
            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: 1,741,195          
         Total value of the contract/lot: 1,741,195
         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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=377839200

   VI.4) Procedures for review

      VI.4.1) Review body
          First Choice Homes Oldham
          First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
          Internet address: https://www.fcho.co.uk

      VI.4.2) Body responsible for mediation procedures
          First Choice Homes Oldham
          First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
          Internet address: https://www.fcho.co.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          First Choice Homes Oldham
          First Place, 22 Union St, Oldham, OL1 1BE, United Kingdom
          Internet address: https://www.fcho.co.uk

   VI.5) Date of dispatch of this notice: 18/02/2019