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

ICT 2015 Core IT, Printing and Media and Wireless Services.

  • First published: 20 December 2013
  • Last modified: 20 December 2013
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
HM Treasury
Authority ID:
AA21737
Publication date:
20 December 2013
Deadline date:
27 January 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

HM Treasury as the Contracting Authority is transitioning its ICT supply chain to a new multi-sourced model and away from its current single outsource provider contract. In doing so the ICT 2015 programme will need to procure on a disaggregated basis all of the primary unclassified and restricted ICT services used by the department.

To align with government strategy, increase the ability of SMEs to respond to the Invitation to Tender (“ITT”) and increase value for money, the future ICT services have been broken up into a number of service towers.

This procurement relates only to some of the towers in the operating model. The desired outcome of this procurement exercise is to appoint up to three suppliers, one for each of the following Services:

Lot 1 - Tower 1 (Core IT);

Lot 2 - Tower 4 (Printing); and

Lot 3 - Tower 5 (Media and Wireless).

The remaining service towers will be subject to their own competitions using the appropriate Government Frameworks. For clarity the services NOT covered in the scope of this procurement exercise are Tower 2 (Line of Business Applications Services), Tower 3 (WAN Services) and any other ICT services (for example fixed line telephony or existing hosted applications) not covered in the tower model.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


HM Treasury

1 Horse Guards Road

London

SW1A 2HQ

UK

Joint Workplace Solutions


+44 3450103503

managedcontracts@gps.gsi.gov.uk




https://gpsesourcing.cabinetoffice.gov.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
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Public Procurement
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

ICT 2015 Core IT, Printing and Media and Wireless Services.

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

Primarily in the UK with some limited requirements overseas.



UK

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)

HM Treasury as the Contracting Authority is transitioning its ICT supply chain to a new multi-sourced model and away from its current single outsource provider contract. In doing so the ICT 2015 programme will need to procure on a disaggregated basis all of the primary unclassified and restricted ICT services used by the department.

To align with government strategy, increase the ability of SMEs to respond to the Invitation to Tender (“ITT”) and increase value for money, the future ICT services have been broken up into a number of service towers.

This procurement relates only to some of the towers in the operating model. The desired outcome of this procurement exercise is to appoint up to three suppliers, one for each of the following Services:

Lot 1 - Tower 1 (Core IT);

Lot 2 - Tower 4 (Printing); and

Lot 3 - Tower 5 (Media and Wireless).

The remaining service towers will be subject to their own competitions using the appropriate Government Frameworks. For clarity the services NOT covered in the scope of this procurement exercise are Tower 2 (Line of Business Applications Services), Tower 3 (WAN Services) and any other ICT services (for example fixed line telephony or existing hosted applications) not covered in the tower model.

II.1.6)

Common Procurement Vocabulary (CPV)

30200000
30120000
30121000
30121100
30121200
30121300
30124500
30200000
30213300
30216110
30231300
30231310
30232100
30232110
30232130
30237110
32232000
32300000
32320000
32323000
32323100
32323200
32324000
32324100
32324300
32324600
32351200
32400000
32412000
32412100
32412110
32412120
32413000
32413100
32417000
32421000
32422000
32423000
32424000
32425000
32426000
32427000
32428000
32580000
32581000
32581100
32581110
32581120
32581130
32582000
48318000
48500000
48514000
48515000
48600000
48810000
48822000
50341000
50343000
51310000
51312000
51314000
51600000
51610000
51611000
51612000
72212900
72251000
72254000
72260000
72261000
72268000
72610000
72611000
72710000
72720000
92200000
92220000
92224000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

255 000 000
GBP

II.2.2)

Options

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

Participants will be advised if this is necessary during the Procurement. Parent company and/or other guarantees of performance and financial liability may be required by the Agent if considered appropriate.

III.1.2)

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

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 is required but if a contract is awarded to a consortium, the Agent may require the consortium to form a legal entity before entering into the Contract.

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


Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an Invitation to Tender (“ITT”).

This procurement will be managed electronically via the Agent's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.

If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender

Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@gps.gsi.gov.uk

Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The Agent will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.

As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.

For technical assistance on use of the e-Sourcing Suite please contact Government Procurement Service Helpdesk: Freephone: +44 3450103503

email: supplier@gps.gsi.gov.uk

Responses must be published by the date in IV.3.4.

III.2.2)

Economic and financial capacity


Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.

The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.

The Contracting Authority may take into account any of the following information:

(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;

(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;

(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.




III.2.3)

Technical capacity


Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.

The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.

The Contracting Authority may have regard to any of the following means in its assessment:

(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;

(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;

(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;

(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;

(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;

(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;

(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;

(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;

(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;

(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;

(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.




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?

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked 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

Objective criteria for choosing the limited number of candidates

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

RM1074

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box


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

 27-01-2014  12:00

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

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders




Electronically, via web-based portal.

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

Please note this Procurement is being managed and facilitated by Government Procurement Service (referred to as the Agent). The Agent is acting on behalf of the Contracting Authority throughout the procurement process.

The ICT 2015 Core IT (Lot 1), Printing (Lot 2) and Media and Wireless (Lot 3) Services Contract will be formed between the successful Supplier and the Contracting Authority, not the Agent.

Potential Providers should note that, in accordance with the UK Government's policies on transparency, the Agent intends to publish the Selection and Award Questionnaires, Invitation to Tender (ITT) document and the text of any Contract awarded, subject to possible redactions at the discretion of the Agent. Further information on transparency can be found at:

http://gps.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/transparency-procurement

The Agent expressly reserves the right:

(i) not to award the Contract as a result of the Procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the the Agent or the Contracting Authority be liable for any costs incurred by the candidates.

If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers.

The value provided in Section II.1.4 is only an estimate and is based on the 7 year duration including any agreed extension period.

Note: There is no appeal as such to a decision on whether or not to award the Contract but if you wish to make representations to the Agent about the conduct or outcome of the procurement you should email the Agent at the address stated in Section I.1.

A party who feels that there has been a breach of procurement law may apply to the High Court for one of the remedies available under the Public Contracts Regulations 2006.

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

 18-12-2013

ANNEX B

Information About Lots

1     Tower 1 (Core IT Services)

1)

Short Description

Core IT Services is the main IT service tower for ICT2015. It comprises three main services that will be capable of being separated at a later date.

The first service is the Service Integration Service which provides the service management, service processes and central service desk functions that bind all of the ICT2015 suppliers and other HM Treasury IT suppliers together into a common framework.

The second service is the Core Applications Service which is responsible for the imaging of end user devices, commercial off the shelf and office productivity software, key business applications, engineering support and a range of other services, management functions and support.

The third and final service is the Core Applications Platform Service which provides the data centre and server infrastructure, maintenance and support services required to underpin all of the other Core IT Services, the platform is scalable with virtual machines which can be provided to other HM Treasury suppliers for hosting their applications and services on for delivery to HM Treasury.

2)

Common Procurement Vocabulary (CPV)

30200000

3)

Quantity or scope


 250 000 000  GBP.

4)

Indication about different contract dates

84

5)

Additional Information about lots

Tenderers are advised that there are two options for the contract duration for Lot 1 (Tower 1 - Core IT Services):

Option 1: The contract duration is for an initial term of 36 months (3 years) with optional extensions of 4 periods of 12 months (1 year) each, up to a maximum of 84 months (7 years).

Option 2: The contract duration is for an initial term of 60 months (5 years) with optional extensions of 2 periods of 12 months (1 year) each, up to a maximum of 84 months (7 years).

Tenderers will be able to submit pricing for both options as part of the overall tender.

ANNEX B

Information About Lots

2     Tower 4 (Printing Services)

1)

Short Description

Printing Services are responsible for the provision of a range of home and office printing devices and associated consumables that meet the needs of HM Treasury, as well as their ongoing support and maintenance. The supplier will be expected to provide, manage and support all of the supporting systems including print drivers, queue management software, print servers, etc that make up the back end of the service. They will be expected to build their solution on infrastructure provided by the Core IT Service (Lot 1) provider's Core Applications Platform Service.

2)

Common Procurement Vocabulary (CPV)

72000000

3)

Quantity or scope


 2 500 000  GBP.

4)

Indication about different contract dates

84

5)

Additional Information about lots

The contract duration for Lot 2 (Tower 4 - Printing Services) is for an initial term of 48 months (4 years) with optional extensions of 3 periods of 12 months (1 year) each, up to a maximum of 84 months (7 years).

ANNEX B

Information About Lots

3     Tower 5 (Media and Wireless Services)

1)

Short Description

Media and Wireless Services includes the wide area network provision, installation, support and management of the unclassified (non PSN) local area network which supports the building internet, wifi and other internet services as well as video conferencing and telepresence equipment. The supplier will manage a loan stock of unclassified devices and projectors which can be loaned out to HM Treasury users on demand. The supplier will also be responsible for the provision of meeting room and TV services including checking ICT equipment in rooms is in good order, management and maintenance of their own equipment, user support and provision of television feeds to, and services within, the HM Treasury premises.

2)

Common Procurement Vocabulary (CPV)

51600000

3)

Quantity or scope


 2 500 000  GBP.

4)

Indication about different contract dates

84

5)

Additional Information about lots

The contract duration for Lot 3 (Tower 4 - Media and Wireless Services) is for an initial term of 48 months (4 years) with optional extensions of 3 periods of 12 months (1 year) each, up to a maximum of 84 months (7 years).


Coding

Commodity categories

ID Title Parent category
30232130 Colour graphics printers Peripheral equipment
32324100 Colour televisions Televisions
32323100 Colour video monitors Video monitors
48500000 Communication and multimedia software package Software package and information systems
32412000 Communications network Local area network
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
48822000 Computer servers Servers
72610000 Computer support services Computer support and consultancy services
32582000 Data carriers Data equipment
32580000 Data equipment Telecommunications equipment and supplies
48600000 Database and operating software package Software package and information systems
32581000 Data-communications equipment Data equipment
32581100 Data-transmission cable Data-communications equipment
32581130 Data-transmission cable for special applications Data-communications equipment
32581120 Data-transmission cable with coaxial conductors Data-communications equipment
32581110 Data-transmission cable with multiple electrical conductors Data-communications equipment
30213300 Desktop computer Personal computers
92224000 Digital television Television services
32324600 Digital-TV boxes Televisions
72251000 Disaster recovery services System and support services
30231300 Display screens Computer screens and consoles
30231310 Flat panel displays Computer screens and consoles
48810000 Information systems Information systems and servers
51611000 Installation services of computers Installation services of computers and information-processing equipment
51610000 Installation services of computers and information-processing equipment Installation services of computers and office equipment
51600000 Installation services of computers and office equipment Installation services (except software)
51612000 Installation services of information-processing equipment Installation services of computers and information-processing equipment
51310000 Installation services of radio, television, sound and video equipment Installation services of communications equipment
51312000 Installation services of television equipment Installation services of radio, television, sound and video equipment
51314000 Installation services of video equipment Installation services of radio, television, sound and video equipment
32413000 Integrated network Local area network
32412110 Internet network Communications network
32412120 Intranet network Communications network
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
30232110 Laser printers Peripheral equipment
72710000 Local area network services Computer network services
72212900 Miscellaneous software development services and computer systems Programming services of application software
32323200 Monochrome video monitors Video monitors
32417000 Multimedia networks Local area network
32421000 Network cabling Network equipment
32422000 Network components Network equipment
32423000 Network hubs Network equipment
32424000 Network infrastructure Network equipment
30237110 Network interfaces Parts, accessories and supplies for computers
32425000 Network operating system Network equipment
32426000 Network publishing system Network equipment
32413100 Network routers Integrated network
32427000 Network system Network equipment
32428000 Network upgrade Network equipment
32400000 Networks Radio, television, communication, telecommunication and related equipment
30121100 Photocopiers Photocopying and thermocopying equipment
30120000 Photocopying and offset printing equipment Office machinery, equipment and supplies except computers, printers and furniture
30121000 Photocopying and thermocopying equipment Photocopying and offset printing equipment
30121200 Photocopying equipment Photocopying and thermocopying equipment
30232100 Printers and plotters Peripheral equipment
92200000 Radio and television services Recreational, cultural and sporting services
48514000 Remote access software package Communication software package
50341000 Repair and maintenance services of television equipment Repair and maintenance services of audio-visual and optical equipment
50343000 Repair and maintenance services of video equipment Repair and maintenance services of audio-visual and optical equipment
30121300 Reproduction equipment Photocopying and thermocopying equipment
30124500 Scanner accessories Parts and accessories of office machines
48318000 Scanner software package Document creation software package
30216110 Scanners for computer use Magnetic or optical readers
32351200 Screens Accessories for sound and video equipment
72268000 Software supply services Software-related services
72261000 Software support services Software-related services
72254000 Software testing System and support services
72260000 Software-related services Software programming and consultancy services
72611000 Technical computer support services Computer support services
32412100 Telecommunications network Communications network
32320000 Television and audio-visual equipment Television and radio receivers, and sound or video recording or reproducing apparatus
32300000 Television and radio receivers, and sound or video recording or reproducing apparatus Radio, television, communication, telecommunication and related equipment
32324300 Television equipment Televisions
92220000 Television services Radio and television services
32324000 Televisions Television and audio-visual equipment
48515000 Video conferencing software package Communication software package
32323000 Video monitors Television and audio-visual equipment
32232000 Video-conferencing equipment Radio transmission apparatus with reception apparatus
72720000 Wide area network services Computer network 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:
managedcontracts@gps.gsi.gov.uk
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.