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
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
Public Procurement |
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityICT 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 contract7 |
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
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
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 |
|
|
|
|
|
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 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
|
 |
|
 |
|
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
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
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
RM1074
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
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
|
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 dates84 |
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 dates84 |
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 dates84 |
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).
|
|