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 Award Notice

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

  • First published: 13 May 2014
  • Last modified: 13 May 2014
  • Record interest

     

  • 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)

Contents

Summary

OCID:
Published by:
HM Treasury
Authority ID:
AA21737
Publication date:
13 May 2014
Deadline date:
-
Notice type:
Contract Award 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 related only to some of the towers in the operating model. The desired outcome of this procurement exercise was 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 AWARD 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

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 a framework agreement

Unchecked box
Unchecked box

II.1.4)

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 related only to some of the towers in the operating model. The desired outcome of this procurement exercise was 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.1.5)

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.1.6)

Contract covered by the government procurement agreement (GPA)

Yes

II.2)

Total final value of the contract(s)

II.2.1)

Total final value of the contract(s)

   

Section IV: Procedure

IV.1)

Type of procedure

IV.1.1)

Type of procedure

IV.2)

Award criteria

IV.2.1)

Award criteria

Unchecked box
Checked box
Quality 60
Price 40

IV.2.2)

An electronic auction has been used

No

IV.3)

Administrative information

IV.3.1)

File reference number attributed by the contracting authority

RM1074

IV.3.2)

Previous publication(s) concerning the same contract

Other previous publications

Section V: Award of contract

1

Tower 1 (Core Services)

1

V.1)

Date of contract award:

 29-4-2014

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


NTT DATA UK Ltd

2 Royal Exchange

London

EC3V 3DG

UK




V.4)

Information on value of contract

 250 000 000 GBP 

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

2

Tower 4 (Printing Services)

2

V.1)

Date of contract award:

 29-4-2014

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Centerprise International Limited

Hampshire International Business Park Lime Tree Way Chineham

Basingstoke

RG24 8GQ

UK




V.4)

Information on value of contract

 2 500 000 GBP 

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section V: Award of contract

3

Tower 5 (Media and Wireless Services)

3

V.1)

Date of contract award:

 13-4-2014

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Centerprise International Limited

Hampshire International Business Park Lime Tree Way Chineham

Basingstoke

RG24 8GQ

UK




V.4)

Information on value of contract

 2 500 000 GBP 

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section VI: Complementary Information

VI.1)

Contract related to a project and/or programme financed by community funds?

No



VI.2)

Additional Information

This Procurement was managed and facilitated by Crown Commercial Service (formerly Government Procurement Service. Referred to as the Agent). The Agent acted on behalf of the Contracting Authority throughout the procurement process.

The procurement of Lot 3 was completed under the Open Procedure.

The procurements of Lots 1 and 2 began under the Open Procedure but no suitable tenders were received for these Lots. Therefore Lots 1 and 2 procurements were completed under the Negotiated Procedure.

The ICT 2015 Core IT (Lot 1), Printing (Lot 2) and Media and Wireless (Lot 3) Services Contracts are formed between the successful Suppliers and the Contracting Authority, not the Agent.

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 reserved 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.

The value provided in Section II.1.4 is 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.3)

Procedures for appeal

VI.3.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.3.2)

Lodging of appeals

VI.3.3)

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










VI.4)

Dispatch date of this Notice

 08-05-2014

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
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.