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