Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Development Bank of Wales PLC
Development Bank of Wales, 1 Capital Quarter, Tyndall Street
Cardiff
CF10 4BZ
UK
Telephone: +44 2920338100
E-mail: procurement@developmentbank.wales
Fax: +44 2920338101
NUTS: UKL
Internet address(es)
Main address: www.developmentbank.wales
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0555
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
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:
https://etenderwales.bravosolution.co.uk/home.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of ICT Support Services
II.1.2) Main CPV code
72222300
II.1.3) Type of contract
Services
II.1.4) Short description
DBW wishes to procure a managed ICT Support Service aligned primarily to the following services as further detailed in the Invitation to Participate in Dialogue document:
IT service management broadly aligned to ITIL V3 including the management of security incidents.
Support for DBW’s Infrastructure and Applications and the resulting management of changes to the ICT Estate.
Day to day management of a defined set of DBW’s third party suppliers.
Provision of onsite personnel to the Sites detailed in the Contract as required.
Delivery of related projects as requested by DBW.
Delivery of implementation activity such that there is a smooth transition to the new services in line with timescales required by DBW.
II.1.5) Estimated total value
Value excluding VAT:
3 648 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50312600
50312610
50312620
72267100
72267200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
DBW wishes to procure a managed ICT Support Service aligned primarily to the following services as further detailed in the Invitation to Participate in Dialogue and supporting documentation:
IT service management broadly aligned to ITIL V3 including the management of security incidents.
Support for DBW’s Infrastructure and Applications and the resulting management of changes to the ICT Estate.
Day to day management of a defined set of DBW’s third party suppliers.
Provision of onsite personnel to the Sites detailed in the Contract as required.
Delivery of related projects as requested by DBW.
Delivery of implementation activity such that there is a smooth transition to the new services in line with the timescales required by DBW.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The Contract is envisaged to run for up to 5 years from the Service Commencement Date with options to extend for a further two one year periods at DBW’s discretion.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
As set out in the Qualification Guidance.
II.2.10) Information about variants
Variants will be accepted:
No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 134-331354
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/01/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
26/02/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
The contract will be renewed following the five year contract period and up to seven years if the extension periods are utilised.
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=106463
(WA Ref:106463)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
18/12/2020