Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Development Bank of Wales PLC
Development Bank of Wales, 1 Capital Quarter, Tyndall Street
Cardiff
CF10 4BZ
UK
Telephone: +44 2920338100
E-mail: procurement@developmentbank.wales
Fax: +44 2920338101
NUTS: UKL
Internet address(es)
Main address: www.developmentbank.wales
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0555
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of ICT Support Services
II.1.2) Main CPV code
72222300
II.1.3) Type of contract
Services
II.1.4) Short description
DBW wishes to procure a managed ICT Support Service aligned primarily to the following services as further detailed in the Invitation to Participate in Dialogue document:
IT service management broadly aligned to ITIL V3 including the management of security incidents.
Support for DBW’s Infrastructure and Applications and the resulting management of changes to the ICT Estate.
Day to day management of a defined set of DBW’s third party suppliers.
Provision of onsite personnel to the Sites detailed in the Contract as required.
Delivery of related projects as requested by DBW.
Delivery of implementation activity such that there is a smooth transition to the new services in line with timescales required by DBW.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
3 648 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
50312600
50312610
50312620
72267100
72267200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
DBW wishes to procure a managed ICT Support Service aligned primarily to the following services as further detailed in the Invitation to Participate in Dialogue and supporting documentation:
IT service management broadly aligned to ITIL V3 including the management of security incidents.
Support for DBW’s Infrastructure and Applications and the resulting management of changes to the ICT Estate.
Day to day management of a defined set of DBW’s third party suppliers.
Provision of onsite personnel to the Sites detailed in the Contract as required.
Delivery of related projects as requested by DBW.
Delivery of implementation activity such that there is a smooth transition to the new services in line with the timescales required by DBW.
II.2.5) Award criteria
Quality criterion: Customer Responsibilities
/ Weighting: 2
Quality criterion: BCDR Plan
/ Weighting: 2
Quality criterion: Service Management Services
/ Weighting: 10
Quality criterion: Infrastructure Support Services
/ Weighting: 10
Quality criterion: Application Support Services
/ Weighting: 5
Quality criterion: Related Services
/ Weighting: 5
Quality criterion: Security Services
/ Weighting: 5
Quality criterion: Managed Third Party Services
/ Weighting: 8
Quality criterion: Implementation Services
/ Weighting: 5
Quality criterion: Information Security
/ Weighting: 2
Quality criterion: Risk / Issue Management
/ Weighting: 4
Quality criterion: Governance and Reporting
/ Weighting: 10
Quality criterion: Service Hours, Service Levels and Service Credits
/ Weighting: 8
Quality criterion: Continual Service Improvement
/ Weighting: 4
Price
/ Weighting:
20
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 250-626827
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/08/2021
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 6
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
EACS Ltd
4 Ramsay Court
Huntingdon
PE296FY
UK
Telephone: +44 1480425677
NUTS: UKH11
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 2 919 282.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:114318)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
06/10/2021