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

Weston College Group — Tender for IT.

  • First published: 26 January 2016
  • Last modified: 26 January 2016
  • Version: N/A
  • 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:
Weston College
Authority ID:
AA22100
Publication date:
26 January 2016
Deadline date:
26 February 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The overall IT requirement has been divided into 4 lots. Suppliers may choose to submit a bid for any number of lots they feel qualified to bid for. The definition of these lots is provided is for guidance only and is not fully indicative of the final IT requirement, which may vary to a degree. For each lot a purchase order shall be raised to form the contract, based on the tender returns accepted.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Weston College Group

Knightstone Road

Weston-super-Mare

BS23 2AL

UK

Telephone: +44 1276-673880

E-mail: pqq@litmuspartnership.co.uk

NUTS: UKK12

Internet address(es)

Main address: http://www.weston.ac.uk

I.1) Name and addresses

North Somerset Enterprise and Technology College

South West Skills Campus, Locking Road

Weston-super-Mare

BS22 8NL

UK

Telephone: +44 1276-673880

E-mail: pqq@litmuspartnership.co.uk

NUTS: UKK12

Internet address(es)

Main address: http://nsetc.n-somerset.sch.uk

I.1) Name and addresses

Bristol Futures Academy

Beam Street, Barton Hill

Bristol

BS5 9QY

UK

Telephone: +44 1276-673880

E-mail: pqq@litmuspartnership.co.uk

NUTS: UKK11

Internet address(es)

Main address: http://bristolfuturesacademy.co.uk/

I.2) Joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://www.litmuspartnership.co.uk/project/weston_college_group


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Weston College Group — Tender for IT.

II.1.2) Main CPV code

30230000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The successful supplier/s will be required to provide IT for the new North Somerset Enterprise & Technology College (NSETC) and Bristol Futures Academy, part of Inspirational Futures Trust, sponsored by Weston College Group.

Due to the nature of the College Building Programme, the IT arrangements need to be integrated, enabling the College to continue to undertake its core business of 'creating brighter futures' to secure a positive outcome for all students. The successful supplier/s shall nominate a single point of contact to act as ‘project manager’ to the point that the IT requirement is fully delivered.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Dell.

II.2.2) Additional CPV code(s)

30230000

II.2.3) Place of performance

NUTS code:

UKK12

UKK11

II.2.4) Description of the procurement

The overall IT requirement has been divided into 4 lots. Suppliers may choose to submit a bid for any number of lots they feel qualified to bid for. The definition of these lots is provided is for guidance only and is not fully indicative of the final IT requirement, which may vary to a degree. For each lot a purchase order shall be raised to form the contract, based on the tender returns accepted.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 420 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 12/05/2016

End: 31/07/2016

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of theprocess. Where less than 5 suppliers meet the minimum standards, only those that meet the minimumstandards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard,those suppliers with the highest scores will proceed to the tender stage.

II.2.10) Information about variants

Variants will be accepted: Yes

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

Lot No: 2

II.2.1) Title

Lot 2 - Cisco.

II.2.2) Additional CPV code(s)

30230000

II.2.3) Place of performance

NUTS code:

UKK12

UKK11

II.2.4) Description of the procurement

The overall IT requirement has been divided into 4 lots. Suppliers may choose to submit a bid for any number of lots they feel qualified to bid for. The definition of these lots is provided is for guidance only and is not fully indicative of the final IT requirement, which may vary to a degree. For each lot a purchase order shall be raised to form the contract, based on the tender returns accepted.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 12/05/2016

End: 31/07/2016

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of theprocess. Where less than 5 suppliers meet the minimum standards, only those that meet the minimumstandards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard,those suppliers with the highest scores will proceed to the tender stage.

II.2.10) Information about variants

Variants will be accepted: Yes

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

Lot No: 3

II.2.1) Title

Lot 3 - Projectors / Audio Visual.

II.2.2) Additional CPV code(s)

30230000

II.2.3) Place of performance

NUTS code:

UKK12

UKK11

II.2.4) Description of the procurement

The overall IT requirement has been divided into 4 lots. Suppliers may choose to submit a bid for any number of lots they feel qualified to bid for. The definition of these lots is provided is for guidance only and is not fully indicative of the final IT requirement, which may vary to a degree. For each lot a purchase order shall be raised to form the contract, based on the tender returns accepted.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 260 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 12/05/2016

End: 31/07/2016

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of theprocess. Where less than 5 suppliers meet the minimum standards, only those that meet the minimumstandards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard,those suppliers with the highest scores will proceed to the tender stage.

II.2.10) Information about variants

Variants will be accepted: Yes

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

Lot No: 4

II.2.1) Title

Lot 4 ~ Miscellaneous.

II.2.2) Additional CPV code(s)

30230000

II.2.3) Place of performance

NUTS code:

UKK12

UKK11

II.2.4) Description of the procurement

The overall IT requirement has been divided into 4 lots. Suppliers may choose to submit a bid for any number of lots they feel qualified to bid for. The definition of these lots is provided is for guidance only and is not fully indicative of the final IT requirement, which may vary to a degree. For each lot a purchase order shall be raised to form the contract, based on the tender returns accepted.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 60 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 12/05/2016

End: 31/07/2016

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of theprocess. Where less than 5 suppliers meet the minimum standards, only those that meet the minimumstandards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard,those suppliers with the highest scores will proceed to the tender stage.

II.2.10) Information about variants

Variants will be accepted: Yes

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 26/02/2016

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 07/03/2016

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Interest in the pre-qualification process should be expressed via email only to pqq@litmuspartnership.co.uk clearly stating within this email which contract / notice you are referring to. Please also provide, as a minimum, a contact name, full company postal address and telephone number.

The pre-qualification questionnaire and associated documents can be obtained at: http://www.litmuspartnership.co.uk/project/weston_college_group

The closing date for receipt of the Pre-Qualification Questionnaire is 26.2.2016 (12:00). Tenderers are required to ensure that documents are obtained and returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk by the above closing date and time.

Documents in respect of economic / financial standing (where indicated in the Pre-Qualification Questionnaire) shall be returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk by the above closing date and time.

It will be the Tenderer's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this OJEU notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.

The successful supplier/s shall be appointed by 12.5.2016 for commencement of the project from June 2016 and completion by July 2016. The exact date for completion may vary slightly, due to the nature of building and IT installation deadlines, however the appointed supplier/s are required to guarantee to meet the final dates agreed as part of the overall building project plan.

The contract being tendered is for the provision of IT, to be securely delivered to and formally received by college management. The total value of the contract is in the region of 800 000 GBP. Within this overall budget and as documented on the order, there is a ‘small lot exemption’ for the advance supply of circa 20 laptops in December 2015, i.e. they are not required from the successful bidder.

VI.4) Procedures for review

VI.4.1) Review body

Weston College

Weston-super-Mare

UK

VI.5) Date of dispatch of this notice

22/01/2016

Coding

Commodity categories

ID Title Parent category
30230000 Computer-related equipment Computer equipment and supplies

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:
pqq@litmuspartnership.co.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.