Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

HFL May 15 — The Provision of an ICT Managed Service for Herts for Learning Limited.

  • First published: 19 August 2015
  • Last modified: 19 August 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Herts for Learning Ltd
Authority ID:
AA37371
Publication date:
19 August 2015
Deadline date:
14 September 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Herts for Learning Ltd (the ‘Company’) currently receives its ICT services from Hertfordshire County Council (HCC). As Herts for Learning matures as a stand-alone corporate entity then increasingly these services do not fully support it's business strategy. As part of Herts for Learning's strategy of continuous improvement it now wishes to purchase and implement its own ICT services. This will allow it to specify and manage ICT that is tailored to support its own strategic business objectives.

The aim of this procurement is to purchase an ICT service that is tailored to meet Herts for Learning's needs.

This procurement is not being divided in to Lots because the Company wishes to procure an end-to-end service from a single supplier.

Tenderers should be aware that due to the nature of the services provided, any contract formed as a result of this procurement process shall be executed as a deed and attested under the common seal of the Company. Tenderers should seek independent legal advice on the implications of this prior to submitting their tender, where appropriate.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Herts for Learning Limited

Robertson House, Six Hills Way

Stevenage

SG1 2FQ

UK

ICT Procurement Team UKH23

Angus Denny

+44 1438845111



www.hertsforlearning.co.uk

www.supplyhertfordshire.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Herts for Learning Limited is a not for profit company owned by Hertfordshire schools and Hertfordshire County Council
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

HFL May 15 — The Provision of an ICT Managed Service for Herts for Learning Limited.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

7

II.1.2)

Main site or location of works, place of delivery or performance



UKH23

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

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)

Herts for Learning Ltd (the ‘Company’) currently receives its ICT services from Hertfordshire County Council (HCC). As Herts for Learning matures as a stand-alone corporate entity then increasingly these services do not fully support it's business strategy. As part of Herts for Learning's strategy of continuous improvement it now wishes to purchase and implement its own ICT services. This will allow it to specify and manage ICT that is tailored to support its own strategic business objectives.

The aim of this procurement is to purchase an ICT service that is tailored to meet Herts for Learning's needs.

This procurement is not being divided in to Lots because the Company wishes to procure an end-to-end service from a single supplier.

Tenderers should be aware that due to the nature of the services provided, any contract formed as a result of this procurement process shall be executed as a deed and attested under the common seal of the Company. Tenderers should seek independent legal advice on the implications of this prior to submitting their tender, where appropriate.

II.1.6)

Common Procurement Vocabulary (CPV)

72500000
30213000
72315000
51611100
72317000
30213300
72510000
72212517
72511000
48200000
72421000
72422000
79810000
30230000
72322000
30213100

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The estimated total value of the Contract is between 1 200 000 GBP and 2 400 000 GBP and is for the core contract period inclusive of the approximate value for extensions (if any).

For the avoidance of doubt, the estimated annual contract value will be approximately 300 000 GBP to 600 000 GBP.

The contract will be awarded for a core period of 2 years, with the option to extend the contract on an annual basis up to a maximum of a further 2 years at the Company's sole discretion.

Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.

1 200 0002 400 000
GBP

II.2.2)

Options

There is an option to extend the contract on an annual basis up to a maximum of a further 2 years at the company's discretion.

Provisional timetable for recourse to these options

24

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

24

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Please refer to the pre-qualification questionnaire document.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Please refer to the pre-qualification questionnaire document.

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

Please refer to the pre-qualification questionnaire document.

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


Please refer to the pre-qualification questionnaire document.

III.2.2)

Economic and financial capacity


Please refer to the pre-qualification questionnaire document.



Please refer to the pre-qualification questionnaire document.


III.2.3)

Technical capacity


Please refer to the pre-qualification questionnaire document.



Please refer to the pre-qualification questionnaire document.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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

56

Objective criteria for choosing the limited number of candidates

As set out in the pre-qualification questionnaire document, which is available following the instructions given in Vl.3 (Additional information).

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

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

HFL151001

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2015/S 49-085435 11-03-2015

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 14-09-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 16-10-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

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


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Herts for Learning Limited (the Company) will be using Hertfordshire County Council's (HCC) eTendering system (In-Tend) to manage this procurement.

To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance.

Restricted Procedure

The Pre-Qualification Process

This tender is a two stage process and you will only be invited to tender if you have successfully passed through the Pre-Qualification Questionnaire (PQQ) stage. If you wish to be considered as a tenderer you must complete and submit a completed PQQ by the closing date and time. Tender bids cannot be uploaded after the closing date / time.

Any clarifications regarding this opportunity must be raised through the correspondence area in the eTendering system.

If you are experiencing problems In-Tend offer a help section which includes a dedicated UK Support Desk which can be contacted via email support@in-tend.com or telephone +44 1144070065 for any website / technical questions. Monday to Friday 8:30— 17:30.

The Company reserves the right at any time to cease the procurement process and not award a contract or to award only part of the opportunity described in this notice. If the Company takes up this right then they will not be responsible for, or pay, expenses or losses which may be incurred by any tenderer as a result.

The Company undertakes to hold confidential any information provided in the proposal submitted, subject to the Company's obligations under the law, including the Freedom of Information Act 2000. If the applicant considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Company will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.

The Company reserves the right to carry out additional financial checks on all companies tendering for this contract at any time during the procurement process, to ensure that they continue to meet the Company's requirements and remain financially viable to perform the contract.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed / signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits specified in the Regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and / or to shorten or order the contract to be ineffective.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 14-08-2015

Coding

Commodity categories

ID Title Parent category
30230000 Computer-related equipment Computer equipment and supplies
72510000 Computer-related management services Computer-related services
72500000 Computer-related services IT services: consulting, software development, Internet and support
72322000 Data management services Database services
72315000 Data network management and support services Data-processing services
72317000 Data storage services Data-processing services
30213300 Desktop computer Personal computers
51611100 Hardware installation services Installation services of computers
72421000 Internet or intranet client application development services Internet development services
72422000 Internet or intranet server application development services Internet development services
72212517 IT software development services Programming services of application software
72511000 Network management software services Computer-related management services
48200000 Networking, Internet and intranet software package Software package and information systems
30213000 Personal computers Data-processing machines (hardware)
30213100 Portable computers Personal computers
79810000 Printing services Printing and related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.