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

IT Services Tender.

  • First published: 22 October 2015
  • Last modified: 22 October 2015

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:
Low Carbon Contracts Company Ltd
Authority ID:
AA44347
Publication date:
22 October 2015
Deadline date:
20 November 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

IT services: consulting, software development, Internet and support. Hardware consultancy services. Computer equipment and supplies. Miscellaneous software package and computer systems. Computer hardware acceptance testing consultancy services. Computer audit consultancy and hardware consultancy services. The Low Carbon Contracts Company and The Electricity Settlements Company (‘together the Company’) jointly wish to select and appoint suitable Suppliers for the Provision of Information Technology (IT) Services for the Company.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Low Carbon Contracts Company Ltd

Fleetbank House, 2-6 Salisbury Square

London

EC4Y 8JX

UK

Gavin Wolstenhulme

+44 2072118205

gavin.wolstenhulme@lowcarboncontracts.uk


www.lowcarboncontracts.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
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

IT Services Tender.

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



UKI

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)

IT services: consulting, software development, Internet and support. Hardware consultancy services. Computer equipment and supplies. Miscellaneous software package and computer systems. Computer hardware acceptance testing consultancy services. Computer audit consultancy and hardware consultancy services. The Low Carbon Contracts Company and The Electricity Settlements Company (‘together the Company’) jointly wish to select and appoint suitable Suppliers for the Provision of Information Technology (IT) Services for the Company.

II.1.6)

Common Procurement Vocabulary (CPV)

72000000
72100000
30200000
48900000
72140000
72150000

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

This tender will be across 3 lots.

1 — LAN.

2- End User Computing.

3 — Hosting.

3 000 0003 500 000
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

II.3)

Duration of the contract or limit for completion

36

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

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

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


The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.

Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

III.2.2)

Economic and financial capacity


(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


(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 3 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

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked 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

510

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

CRN2015/008

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 19-11-2015  09:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 20-11-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 30-11-2015

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





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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta e-Sourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./WXQ2XXE5R2

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/WXQ2XXE5R2

GO Reference: GO-20151019-PRO-7211240.

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

 19-10-2015

ANNEX B

Information About Lots

1     Office Network (LAN)

1)

Short Description

A) Deliverables:

i) Transition, Integration & Management of the LCCC Office Network (LAN).

ii) Managed access to the Internet; both corporate and Third party users.

iii) Provision of enhanced security using appropriate technology.

2)

Common Procurement Vocabulary (CPV)

32410000
72710000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     End User Computing

1)

Short Description

A) Deliverables:

i) Supply, Delivery, Installation, Testing & Commissioning, Management of New End User Computing Service.

ii) On-board existing infrastructure over to Managed service provider.

iii) Service provision of Encryption Services.

iv) Secure connection for the Remote Access Service.

2)

Common Procurement Vocabulary (CPV)

72211000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Hosting

1)

Short Description

A) Deliverables:

i) Supply, Delivery, Installation and Transition, Testing and Commissioning, and Management of Hosting services platform for LCCC Line of Business IT systems.

ii) Service provision of Firewall Services.

iii) Managed access to the Internet.

iv) Secure connection for the Remote Access Service.

2)

Common Procurement Vocabulary (CPV)

72212220
72212221
72400000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
72150000 Computer audit consultancy and hardware consultancy services Hardware consultancy services
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
72140000 Computer hardware acceptance testing consultancy services Hardware consultancy services
72100000 Hardware consultancy services IT services: consulting, software development, Internet and support
72212220 Internet and intranet software development services Programming services of application software
72212221 Internet browsing software development services Programming services of application software
72400000 Internet services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
32410000 Local area network Networks
72710000 Local area network services Computer network services
48900000 Miscellaneous software package and computer systems Software package and information systems
72211000 Programming services of systems and user software Programming services of packaged software products

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:
gavin.wolstenhulme@lowcarboncontracts.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.