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

Information Services Software, Hosting and Associated Services.

  • First published: 01 October 2016
  • Last modified: 01 October 2016

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:
Essex County Council
Authority ID:
AA20967
Publication date:
01 October 2016
Deadline date:
25 October 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Supplier will be required to work with the Authority to manage the overall requirements / scope of the services. The Supplier will need to demonstrate and maintain their market expertise / knowledge in undertaking work called off from the Framework is of the highest quality and industry best practice.

The Supplier will maintain an audit and asset management of all Services procured by any of the Contracting Bodies through the Agreement that is available to the Authority This must as a minimum include, the Contracting Body, contract expiry, renewal costs and early termination cost information.

The Supplier will maintain expert market intelligence in software solutions and where necessary undertake pre market engagement / analysis to identify the most cost effective solution.

The Supplier will support the Authority during and post implementation of any software procured through the agreement.

The Supplier will ensure continuous improvement and value through ongoing benchmarking reviews;

The Supplier will undertake regular reviews of third party contracts and suppliers as well as contract managing this Framework Agreement.

The Supplier will undertake any Project Management and consultancy required for individual call offs to support the end to end process management.

The Supplier may be required to work with other suppliers to support the end to end process management

The Authority and Supplier will work towards a gain share / Rebate — Where the bidder provides services to other organisations the Authority shall reserve the right to receive a percentage of the additional revenue through gain share or rebate.

The Supplier shall ensure that any item of software or hosting provided under this agreement has been quality assured before delivery ensuring that all security requirements are complied with.

General Software Services and General Hosting Services will be classified as Simple, Medium or Complex using the following definitions:

Simple — Where the service is a renewal of an existing service, e.g. renewal of support and maintenance, or is a new requirement for software licences with support and maintenance without the need for project support or implementation support. This work should not exceed 1.5 FTE or 12 hours to deliver

Medium — As Simple but will require an element of market analysis prior to more than one quote being submitted to the Authority and the potential to provide implementation support. This work should require between 1.5 and 5 FTE, or 12 — 40 hours, to complete

Complex — Where there is a requirement for the supplier to provide market analysis, project management of the end to end process and implementation support. This work would require more than 5 FTE or in excess of 40 hours to complete.

Microsoft Enterprise Agreement:

The Supplier is expected to:

Maintain accurate Microsoft Licence information, for the purposes of budgeting and software asset management.

Notify the Authority when the MEA is due for renewal within a suitable timeframe to enable the Authority to consider financial implications and undertake options appraisal.

General Software Services

The Supplier is expected to:

Proactively source software licences and associated services (eg Support and Maintenance, hosting etc), maintain accurate licencing information for all software procured through this Agreement

Proactively plan the provision of software budgeting and software asset management.

Notify the Authority when software licencing, agreements and maintenance is due for renewal within a suitable timeframe to enable the Authority to consider financial implications and undertake options appraisal.

Demonstrate value add from software licensing agreements held by The Authority by best leverage the additional benefits from the software procured through this Agreement.

Proactively provide guidance.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Essex County Council

PO Box 4, County Hall, Market Road

Chelmsford

CM1 1JZ

UK

Contact person: Andrew Beaver

Telephone: +44 8457430430

E-mail: email2workspace-prod+ECC+WS837707104+c14y@ansmtp.ariba.com

NUTS: UKH3

Internet address(es)

Main address: http://www.essex.gov.uk

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://s1.ariba.com


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

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Information Services Software, Hosting and Associated Services.

Reference number: 0460

II.1.2) Main CPV code

48000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Authority is seeking to establish a Framework Agreement to provide it, and other Contracting Bodies access to a sole supplier who would work in partnership to meet the Parties requirements in delivering software and hosting services supporting their business needs.

These requirements will be called off the framework in the following services;

— Microsoft Enterprise Agreement

— General Software Services

— General Hosting Services.

II.1.5) Estimated total value

Value excluding VAT: 50 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72000000

II.2.3) Place of performance

NUTS code:

UKH3

II.2.4) Description of the procurement

The Supplier will be required to work with the Authority to manage the overall requirements / scope of the services. The Supplier will need to demonstrate and maintain their market expertise / knowledge in undertaking work called off from the Framework is of the highest quality and industry best practice.

The Supplier will maintain an audit and asset management of all Services procured by any of the Contracting Bodies through the Agreement that is available to the Authority This must as a minimum include, the Contracting Body, contract expiry, renewal costs and early termination cost information.

The Supplier will maintain expert market intelligence in software solutions and where necessary undertake pre market engagement / analysis to identify the most cost effective solution.

The Supplier will support the Authority during and post implementation of any software procured through the agreement.

The Supplier will ensure continuous improvement and value through ongoing benchmarking reviews;

The Supplier will undertake regular reviews of third party contracts and suppliers as well as contract managing this Framework Agreement.

The Supplier will undertake any Project Management and consultancy required for individual call offs to support the end to end process management.

The Supplier may be required to work with other suppliers to support the end to end process management

The Authority and Supplier will work towards a gain share / Rebate — Where the bidder provides services to other organisations the Authority shall reserve the right to receive a percentage of the additional revenue through gain share or rebate.

The Supplier shall ensure that any item of software or hosting provided under this agreement has been quality assured before delivery ensuring that all security requirements are complied with.

General Software Services and General Hosting Services will be classified as Simple, Medium or Complex using the following definitions:

Simple — Where the service is a renewal of an existing service, e.g. renewal of support and maintenance, or is a new requirement for software licences with support and maintenance without the need for project support or implementation support. This work should not exceed 1.5 FTE or 12 hours to deliver

Medium — As Simple but will require an element of market analysis prior to more than one quote being submitted to the Authority and the potential to provide implementation support. This work should require between 1.5 and 5 FTE, or 12 — 40 hours, to complete

Complex — Where there is a requirement for the supplier to provide market analysis, project management of the end to end process and implementation support. This work would require more than 5 FTE or in excess of 40 hours to complete.

Microsoft Enterprise Agreement:

The Supplier is expected to:

Maintain accurate Microsoft Licence information, for the purposes of budgeting and software asset management.

Notify the Authority when the MEA is due for renewal within a suitable timeframe to enable the Authority to consider financial implications and undertake options appraisal.

General Software Services

The Supplier is expected to:

Proactively source software licences and associated services (eg Support and Maintenance, hosting etc), maintain accurate licencing information for all software procured through this Agreement

Proactively plan the provision of software budgeting and software asset management.

Notify the Authority when software licencing, agreements and maintenance is due for renewal within a suitable timeframe to enable the Authority to consider financial implications and undertake options appraisal.

Demonstrate value add from software licensing agreements held by The Authority by best leverage the additional benefits from the software procured through this Agreement.

Proactively provide guidance.

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: 50 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

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

II.2.14) Additional information

The value of the Framework Agreement is to provide flexibility in meeting demand over the lifetime of the agreement from both the Authority and other organisations.

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

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

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: 25/10/2016

Local time: 10:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 25/10/2016

Local time: 11:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

It is proposed that the Framework would be procured on terms which would allow access for other Public Sector organisations including but not limited to subsidiaries, LATVs, LATCs,.

Unitary, Borough and District Councils, subsidiaries, LATVs and LATCs,. — http://www.local.gov.uk/digital-councils/connect/a-z-councils-online.,

Higher Education Institutes / Universities — http://www.education.gov.uk/edubase/home

NHS partners https://www.gov.uk/government/publications/nhs-foundation-trust-directory).

CQC partners — http://www.cqc.org.uk/

Police Forces in the United Kingdom http://www.police.uk/.

Fire and Rescue Services (including Scotland, Wales and Northern Ireland) http://www.fireservice.co.uk/information/ukfrs.

These Contracting Bodies will be responsible for ordering of, and payment for, their own services.

VI.4) Procedures for review

VI.4.1) Review body

High Court, Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

26/09/2016

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48000000 Software package and information systems Computer and Related 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:
email2workspace-prod+ECC+WS837707104+c14y@ansmtp.ariba.com
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.