CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
The Welsh Ministers (National Procurement Service) |
T’yr Afon, Bedwas Road |
Caerphilly |
CF83 8WT |
UK |
ICT Category |
+44 00000000000 |
NPSCategoryTeam@Wales.GSI.Gov.UK |
|
http://npswales.gov.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA27760
http://www.etenderwales.bravosolution.co.uk/
http://www.etenderwales.bravosolution.co.uk/
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Yes The National Procurement Service (NPS) is a pan public sector organisation, for the public sector, of the public sector, which will deliver 'All-Wales' contracts and frameworks for all public sector organisations in Wales. The current list of organisations signed up to using the NPS can be found at: http://npswales.gov.uk/about-us/customer-member-organisations?lang=en This list may be subject to change if further organisations sign up to use the NPS, or if any of these organisations are replaced during the life of the agreement. In addition, the agreement will be available for use by All Schools and Educational Establishments, Town and Community Councils, Citizen Advice Bureaus, Housing Associations and Voluntary Organisations within the City and County Boundaries of Wales. Welsh Public Sector organisations that are not named above, but sign up to the NPS during the term of the agreement will be allowed to use the Agreement as NPS members. Further details of organisations that can utilise this framework can be found in the contract documentation.
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityNPS IT Products and Services Framework |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
|
|
|
|
|
|
|
|
|
|
|
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Across Wales
UKL |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged55 |
|
Duration of the framework agreement48 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
This procurement exercise is being conducted by the National Procurement Service for Wales (NPS), which is hosted by the Welsh Government. NPS acts on behalf of the Welsh public sector to deliver value for money from the procurement of common and repetitive goods and services 'once for Wales'.
The NPS on behalf of the Welsh public sector wishes to establish a multi lot Framework Agreement for the provision of IT Products and Services. The scope of this framework includes; Common Off The Shelf (COTS) software, software licensing (corporate and educational), Software asset management, Hardware (corporate and educational), Audio Visual, combined solutions spanning two or more Lots and Associated Services.
Please note , the following are NOT included within the scope of this framework: Applications management; software development; Bespoke Solutions; Multi-functional Device Managed Services; Repairs; Cabling ; Managed Services; Support desk and End of Life Services.
The National Procurement Service reserves the right for:
1. an electronic auction to be held by customers during further competition among the parties to the Framework Agreement.
2. A customer to assess whether past performance selection criterion is met prior to the proposed conclusion of a call-off agreement with a value of GBP 20 million or greater (excluding VAT). Failure to meet the selection criterion set will render the supplier ineligible for that call-off agreement.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=27196
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48000000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe range of services covered by the framework are described within Schedule 2 of the Tender Documentation (accessed via the eTenderWales portal). |
|
|
II.2.2)
|
OptionsThe Framework Agreement will be for a maximum period of up to 4 years.
The initial term of the framework will be for a period of 2 years with the option to extend for further periods up to 2 years. |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
As set out in the Tender Documentation.
The awarding authority reserves the right to request parent company and/or other guarantees of performance and financial liability.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
As set out in the Tender Documentation.
Payment terms will be indicated in the contract documents. Tenders are to be priced in Pound Sterling (GBP). Payment to be made in Pound Sterling (GBP)only.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
No special legal form required but joint and several liability to be assumed by all group bidders before acceptance
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(1) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
Details provided in the tender documentation
|
III.2.2)
|
Economic and financial capacity
Details to be provided will be listed in the invitation to tender document and tender documentation.
|
III.2.3)
|
Technical capacity
Details to be provided will be listed in the invitation to tender document and tender documentation.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
NPS-ICT-0019-15
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
2014/S 214-378599 04-11-2014
Other previous publications2015/S 023-037460 29-01-2015 |
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 01-09-2015
14:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published Between 24 - 48 months |
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
The Invitation to Tender (ITT) documentation can be accessed via https://etenderwales.bravosolution.co.uk.
- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.
- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.
- The User who performs the Registration becomes the Super User for the Organisation.
- On registering on the Platform the Super User will select a username and will receive a password.
- The Password will be sent by e-mail to the e-mail address that was specified in the User Details section of the Registration page.
- In order to log-in to the Platform please enter your Username and Password.
- Note: If you forget your Password then visit the homepage and click "Forgot your password?"
- Registration should only be performed once for each Organisation.
- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.
- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).
HOW TO FIND THE ITT:
- Once logged in you must click on 'ITTs Open to all Suppliers'.
- The etender references for this framework are:
Project:30396
ITTs
The following ITTs must be completed by Tenderers wishing to bid for each subject area:
itt_48551 - Qualification Questionnaire (MUST BE COMPLETED BY ALL TENDERERS)
itt_48534 - Lot 1:Desktop Software and Associated Products and Services
itt_48551 - Lot 2: Microsoft Corporate Licensing and Associated Products and Services
itt_48559 - Lot 3: Microsoft Educational Licensing and Associated Products and Services
itt_48560 - Lot 4: End User Hardware and Associated Products and Services
itt_48561 - Lot 5: Infrastructure Software and Associated Products and Services
itt_48563 - Lot 6: : Servers, Storage Devices and Associated Products and Services
itt_48564 - Lot 7: Network Equipment and Associated Products and Services
itt_48565 - Lot 8: Network Firewall Appliances and Associated Services
itt_48895 - Lot 9a (South Wales Zone): Audio Visual Equipment and Associated Products and Services
itt_48896 - Lot 9b (Mid and West Wales Zone): Audio Visual Equipment and Associated Products and Services
itt_48567 - Lot 9c (North Wales Zone): Audio Visual Equipment and Associated Products and Services
itt_48659 - Lot 10: Education End User Devices and Associated Services
itt_48660 - Lot 11: Peripherals & Ancillary Products
itt_48661 - Lot 12: Integrated Solutions
itt_48661 - Lot 13: Community Benefits (MUST BE COMPLETED BY ALL TENDERERS)
- Click on the title to access summary details of the ITT. If you are still interested in submitting a tender, click the 'Express an Interest button'. This will move the ITT from the 'Open to all Suppliers' area to the 'My ITT's' on the home page.
- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the 'Attachments' area.
If you have any queries regarding the requirements please message using the e-tenderwales message portal. If you are seeking help on using the etenderwales system please email the bravo solutions helpdesk at help@bravosolution.co.uk or 0800 3684852
If you require the documentation in an alternative format, please use the 'Messages' area to contact the buyer directly, who will be able to provide a more suitable format. For example, Braille, Large Print, Word Document or Audio format.
(WA Ref:21030)
The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of this framework.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. This Framework Agreement will be using a Non-Core approach to "Community Benefits". Tenderers are asked to submit a Method Statement in the form of a Community Benefits Plan setting out how they will deliver "community benefits" on a cost neutral basis through the contract as requested in the Technical Questionnaire.
(WA Ref:27196)
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As detailed in the Tender documentation
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 27-07-2015 |
|
ANNEX B
Information About Lots
|
1
Desktop Software and Associated Products and Services |
1)
|
Short Description
The provision of IT Products and Services
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48700000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to include, but not restricted to:
Graphics, Web Design, Desktop Publishing & Photo Editing Tools, Reporting Tools, Alternative Operating Systems, Alternative Desktop Productivity Suites, CAD Software, mapping tools, PDF creation and editing tools.
Further details provided in the Tender documentation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
A maximum of 5 suppliers will be awarded a place within this Lot.
Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.
|
ANNEX B
Information About Lots
|
10
Education End User Devices and Associated Services |
1)
|
Short Description
The Provision of IT Products and Services
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
30200000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to include, but not restricted to:
Education specific devices. Chromebooks, Laptops, PC, Apples devices and accessories, configuration and software, i.e. iPad, iPad Mini, Apple TV, MacBook, iMac, Accessories.
Further details provided in the Tender documentation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
A maximum of 3 suppliers will be awarded a place within this lot.
Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.
|
ANNEX B
Information About Lots
|
11
Peripherals & Ancillary Products |
1)
|
Short Description
The Provision of IT Products and Services
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
30200000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to include, but not restricted to:
Peripheral devices, i.e. digital cameras, desktop printers, memory devices, batteries, cables, keyboards, mice.
Further details provided in the Tender documentation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
A maximum of 3 suppliers will be awarded a place within this lot.
Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.
|
ANNEX B
Information About Lots
|
12
Integrated Solutions |
1)
|
Short Description
The Provision of IT Products and Services
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
30000000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to include, but not restricted to:
Solutions that meet customer requirements that could not otherwise be met through the above individual lots.
Further details provided in the Tender documentation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
A maximum of 5 suppliers will be awarded a place within this lot.
Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.
|
ANNEX B
Information About Lots
|
2
Microsoft Corporate Licensing and Associated Services |
1)
|
Short Description
Provision of IT Products and Services
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48000000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to include, but not restricted to:
Products licensed and distributed by Microsoft or Microsoft approved resellers including, but not linked to, Select Agreements, Subscription Agreements and Enterprise License Agreements.
Further details provided in the Tender documentation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
A maximum of 3 suppliers will be awarded a place within this Lot.
Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.
|
ANNEX B
Information About Lots
|
3
Microsoft Educational Licensing and Associated Products and Services |
1)
|
Short Description
The Provision of IT Products and Services
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48000000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to include, but not restricted to:
Products licensed and distributed by Microsoft or Microsoft approved resellers including, but not linked to, Select Agreements, Subscription Agreements and Enterprise License Agreements.
Further details provided in the Tender documentation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
A maximum of 3 suppliers will be awarded a place within this Lot.
Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.
|
ANNEX B
Information About Lots
|
4
End User Hardware and Associated Products and Services |
1)
|
Short Description
The Provision of IT Products and Services
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
30200000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to include, but not restricted to:
End-user devices and associated services, i.e. PCs, Laptops, Thin Customers, Bundles, Tablets, Hybrids, monitors etc.
Further details provided in the Tender documentation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
A maximum of 6 suppliers will be awarded a place within this lot.
Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.
|
ANNEX B
Information About Lots
|
5
Infrastructure Software and Associated Products and Services |
1)
|
Short Description
The Provision of IT Products and Services
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48000000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to include, but not restricted to:
Terminal Services, Virtualisation Software (server & desktop) Tools for Flexible Working, Security Software, Corporate Firewall, Antivirus protection, Data Encryption, Email Spam Filtering, Log Consolidation, Network packet analysis, Intrusion detect, active directory report, alert automation, patch management, Web-filtering, factor authentication, Software asset management (Software.
Further details provided in the Tender documentation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
A maximum of 5 suppliers will be awarded a place within this lot.
Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.
|
ANNEX B
Information About Lots
|
6
Servers, Storage Devices and Associated Products and Services |
1)
|
Short Description
The Provision of IT Products and Services
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
30200000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to include, but not restricted to:
Server room equipment, services and associated software, i.e. Servers, Storage, peripherals etc.
Further details provided in the Tender documentation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
A maximum of 5 suppliers will be awarded a place within this lot.
Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.
|
ANNEX B
Information About Lots
|
7
Network Equipment and Associated Products and Services |
1)
|
Short Description
The Provision of IT Products and Services
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
30200000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to include, but not restricted to:
Networking equipment, associated services and licensing.
Further details provided in the Tender documentation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
A maximum of 5 suppliers will be awarded a place within this lot.
Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.
|
ANNEX B
Information About Lots
|
8
Network Firewall Appliances and Associated Services |
1)
|
Short Description
The Provision of IT Products and Services
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
30200000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to include, but not restricted to:
Network Security equipment, associated services and licensing , i.e. Firewalls.
Further details provided in the Tender documentation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
A maximum of 3 suppliers will be awarded a place within this lot.
Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.
|
ANNEX B
Information About Lots
|
9
Audio Visual Equipment and Associated Products and Services |
1)
|
Short Description
The Provision of IT Products and Associated Services
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
32000000 |
|
|
|
|
|
3)
|
Quantity or scope
Scope to include, but not restricted to:
AV equipment, plus design, install and maintenance services, i.e. Whiteboards, projectors, VC, large monitors, audio systems etc.
Further details provided in the Tender documentation.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
This lot will be split into 3 zonal areas (details regarding these zones are included within the tender documentation).
A maximum of 3 suppliers will be awarded within each zonal lot.
Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.
|
|