By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

PC334 ICT for Education.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Staffordshire County Council
Wedgwood Building, Tipping Street
For the attention of: Paul Taylor-Grime
ST16 2DH Stafford
UNITED KINGDOM
Telephone: +44 1785854510
E-mail:
Fax: +44 1785854660

Internet address(es):

General address of the contracting authority: www.staffordshire.gov.uk/business/procurement

Address of the buyer profile: www.staffordshire.alito.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
PC334 ICT for Education.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Staffordshire.

NUTS code UKG3

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators

Duration of the framework agreement

Duration in years: 3

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 500 000,00 and 28 000 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
Staffordshire County Council wishes to set up a framework agreement for the purchase of ICT Equipment and Services for use within Schools and Education Establishments for both Administration and Curriculum.
II.1.6)Common procurement vocabulary (CPV)

30236000, 48821000, 30233100, 30233130, 30233131, 30233132, 30233140, 30233141, 30233150, 30233151, 30233152, 30233153, 30233160, 30233161, 30233170, 30233180, 30233190, 30237000, 30237100, 30237110, 30237120, 30237130, 30237140, 30237121, 30237131, 30237132, 30237133, 30237134, 30237135, 30237136, 30237200, 30237300, 30237400, 30213300, 30213000, 30213100, 30213200, 30213400, 30213500, 48000000, 48200000, 48300000, 48400000, 48500000, 48600000, 48700000, 48800000, 48900000, 32400000, 32410000, 32420000, 32430000, 32421000, 32422000, 32423000, 32424000, 32425000, 32426000, 32427000, 30232000, 30232100, 30232110, 30232120, 30232130, 30232140, 30232150, 30232600, 30232700, 72611000, 48190000, 72315200, 72222300

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The scope will be spread over 16 Lots.
Lot 1 - Servers.
Lot 2 - Storage.
Lot 3 - ICT Spares.
Lot 4 - Workstations.
Lot 5 - Portable devices.
Lot 6 - iOS devices.
Lot 7 - Microsoft Software.
Lot 8 - Network Infrastructure Components.
Lot 9 - Managed Wireless.
Lot 10 - Cabling Components.
Lot 11 - Data Cabinets.
Lot 12 - Peripherals.
Lot 13 - Support Partnership.
Lot 14 - Curriculum Software.
Lot 15 - Network Management.
Lot 16 - Bundled Items.
Estimated value excluding VAT:
Range: between 1 500 000,00 and 28 000 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: It is envisaged that this contract will be let for initial three (3) years with an option to extend for a period of one (1) year which will be determined approx Feb 2015.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.10.2012. Completion 30.9.2016

Information about lots

Lot No: 1 Lot title: Servers
1)Short description
Items procured under this lot will include servers configured to meet the various needs and roles of our customers. Such server roles are expected to be forest root servers in small, medium or large establishments, Microsoft Exchange, other third party mail servers, SQL, backup, file servers, terminal servers, gateway servers, member servers and virtual hosts.
2)Common procurement vocabulary (CPV)

48820000, 48821000, 48822000, 48823000, 48824000, 48825000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 144 000 and 2 288 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Storage
1)Short description
Items procured under will include storage systems for establishments and should be scalable, cost effective and reliable storage solutions. It is anticipated that this will include (but not exclusively) Network Attached Storage, Storage Area Networks and large capacity backup systems.
2)Common procurement vocabulary (CPV)

30233100

3)Quantity or scope
Estimated value excluding VAT:
Range: between 200 000,00 and 400 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Generic Spare Parts
1)Short description
Items procured under this lot will include spare parts needed to enable repairs or upgrades to ICT equipment to be carried out in accordance with our service level agreement.
These parts will include (but not exclusively), any generic components such as hard drives, motherboards, memory, PSUs, etc.
2)Common procurement vocabulary (CPV)

30237000, 30237110, 30237120, 30237131, 30237132, 30237133, 30237134, 30237135, 30237136, 30237130, 30237140, 30236110, 30236120, 30212100

3)Quantity or scope
Estimated value excluding VAT:
Range: between 200 000,00 and 400 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Workstations
1)Short description
Items procured under this lot will include workstation options suitable to meet a range of establishment needs. It is anticipated that this will range from entry level workstations for general day to day office based work (email, internet, word processing and school MIS systems work) through to more processor intensive tasks such as CAD, digital imaging and video editing. Workstations procured under this lot will be used in all areas of the establishment. It is anticipated that this lot will also include requirements for thin/zero client workstations.
2)Common procurement vocabulary (CPV)

30213300, 30213000, 30214000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 6 400 000,00 and 12 800 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Mobile Devices
1)Short description
It is anticipated that items procured under this lot will consist of mobile/portable devices including (but not exclusively) Netbooks, Laptops and Tablets.
2)Common procurement vocabulary (CPV)

30213000, 30213100, 30213200, 30213500, 30237450

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 680 000,00 and 3 360 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Apple iOS Devices
1)Short description
Apple iOS devices procured under this lot are expected to be from the complete range of iOS products, such as (but not exclusively) iMac, Macbook, iPod, iPad and MacMini (including iOS Lion Server).
2)Common procurement vocabulary (CPV)

30213000, 30213500, 30213300, 30213200, 30213100

3)Quantity or scope
Estimated value excluding VAT:
Range: between 800 000,00 and 1 600 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Microsoft Software
1)Short description
This lot seeks to appoint a supplier to supply a comprehensive range of Microsoft licences under the Select 6 academic licences scheme for Staffordshire Educational Establishments through the UK Governments MOU buying solution where applicable.
2)Common procurement vocabulary (CPV)

48000000, 48620000, 48300000, 48991000, 48223000, 48310000, 48331000, 48422000, 48516000, 48611000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 284 000,00 and 568 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: Network Infrastructure Components
1)Short description
Items procured under this lot are expected to consist of core networking components such as (but not exclusively) Managed Switches, unmanaged wireless technology and all related accessories.
2)Common procurement vocabulary (CPV)

32400000, 32421000, 32422000, 32423000, 32424000, 32425000, 32426000, 32427000, 32428000, 32429000, 32413100

3)Quantity or scope
Estimated value excluding VAT:
Range: between 520 000,00 and 1 040 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: Managed Wireless
1)Short description
Goods and services procured under this lot are expected to consist of managed wireless systems and core components used to provide enhanced wireless coverage within the establishment supporting a range of devices from an establishment with a few devices through to establishments delivering a device per pupil strategy.
2)Common procurement vocabulary (CPV)

32400000, 32420000, 32410000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 560 000,00 and 1 120 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 10 Lot title: Cabling Components
1)Short description
Items procured under this lot will cover all components required to provide a structured cabling solution including (but not exclusively) Cat5e, Cat6 cable, RJ45 connectors and faceplates.
2)Common procurement vocabulary (CPV)

32421000, 32422000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 74 000,00 and 148 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 11 Lot title: Data Cabinets
1)Short description
Items procured under this lot are expected to consist of wall mounted and floor standing cabinets suitable for housing the core networking devices, rack mount servers etc.
2)Common procurement vocabulary (CPV)

32420000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 32 000,00 and 64 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 12 Lot title: Peripherals
1)Short description
It is anticipated that items procured under this lot will consist of peripherals including (but not exclusively) printers (low, medium and high volume) and scanners.
2)Common procurement vocabulary (CPV)

30232000, 30232110, 30232120, 30232130, 30232140, 30232150, 42991230, 48824000, 30216110

3)Quantity or scope
Estimated value excluding VAT:
Range: between 376 000,00 and 752 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 13 Lot title: Support Partnership
1)Short description
A support partnership agreement to cover support for our existing RM Community Connect 3, 4 and Schoolshare systems and/or equivalent support for any non-RM network based systems procured under other lots in this tender. It is anticipated that this support should incorporate technical support via phone, online knowledge base and online call logging, account management single point of contact, installation guidance and training for SCC staff, access to enhanced support including onsite visits where applicable, training partnership and access to server build techniques.
2)Common procurement vocabulary (CPV)

72611000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 200 000,00 and 400 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 14 Lot title: Curriculum Software
1)Short description
Items procured under this lot are expected to consist of software applications to support teaching and learning from Key Stage 1 to Key Stage 4.
2)Common procurement vocabulary (CPV)

48190000, 72212190

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 000 000,00 and 2 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 15 Lot title: Network Management
1)Short description
Goods and services procured under this lot are expected to consist of solutions to support the management and maintenance of establishments network resources. This will include tools to assist with common network administration tasks such as (but not exclusively) station builds, active directory provisioning, software deployment and workstation and user policies to restrict user access to relevant network resources, printer management and backup. Classroom Management will provide a classroom IT toolset for teachers to aid the delivery of lessons in an IT environment. It is expected that features such as (but not exclusively), workstation start up and shutdown from the teachers PC, blank students screen, show teachers screen on student PCs, monitor student PCs from teachers PC, remote control a student PC, restrict access to applications and web sites and plan lessons.
2)Common procurement vocabulary (CPV)

72315200

3)Quantity or scope
Estimated value excluding VAT:
Range: between 860 000,00 and 1 720 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 16 Lot title: Bundled Items
1)Short description
Where a tenderer has won two or more lots (from lots 1 to 15), Staffordshire Learning Technologies shall ask winning tenderer's to provide a bundle price for items ordered across multiple lots.
2)Common procurement vocabulary (CPV)

72222300

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

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 financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments may be made following acceptance by the banking agents of the County Council.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required by the grouping of providers but each provider will be required to become jointly or severally responsible for the contract before acceptance.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The requirements for minimum economic, financial and technical capacity will be included in the tender documents.
Any tender may be rejected from a company/organisation who interalia:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1997 and Article 3(1) of Council Joint Action 98/742/JHA respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.

Please refer to Regulation no 23 of the Public Procurement Regulations 2006 (SI No 5) for additional rejection criteria (see link) http://www.opsi.gov.uk/si/si2006/20060005.htm

Minimum level(s) of standards possibly required: Financial checks will be undertaken for economic operators using the Councils current financial assessors n2check (www.n2check.com). Economic operators will be assessed according to the level of risk stipulated by n2check. Any Economic Operator being given an above average risk rating or poorer may be rejected.

The organisation should hold as a minimum the following insurance levels or be able to provide with their response, a written statement advising that should they be awarded the contract they will have the required levels of insurance in place for the commencement of the contract.
Public Liability 5 000 000 GBP.
Employers Liability 10 000 000 GBP.
Professional Indemnity 2 000 000 GBP.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The 7 highest scoring submissions in each lot at PQQ Stage will be invited to proceed to the ITT Stage, subject to the conditions and criteria set out in the PQQ Documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PC334
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 25.4.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
25.4.2012
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Date: 25.4.2012

Place:

Staffordshire.

Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 1.3.2015 and 2016
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s):
VI.3)Additional information
Important. This is an electronic tender. All requests for information to be sent through the electronic tendering portal and messaging facility on the Proactis electronic tendering system. How to register.

1. Instructions at http://www.staffordshire.gov.uk/business/procurement/etendering/

2. Follow the link to Proactis ETendering (http://www.staffordshire.alito.co.uk). On the main page click suppliers then (new user) register links.

3. Complete the selfregistration questions and click the Register button.
4. You will receive a confirmation email with an authentication link (this email may find its way to your trash/junk email account, so please check).
5. Confirm the authentication and then login into Proactis suppliers side.
6. Search the bulletin board for the tender(s) using key words, search criteria etc.
7. Once found, click on the (blue) contract title to register interest against an active tender.
8. Click the register button and then continue.
9. The tender will now be in the my tenders profile area on the main menu.
10. Find the read me first document and continue with managing the tender.

If you require urgent assistance regarding the initial usage of the eTendering package please contact the Contracting Authority point of contact in Section I.1 of this notice. On failure to reach this contact, please immediately email the nature of the difficulty to .

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

UK
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days where non electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the contract/framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and will specify when the standstill period is expected to end or the date before which the contracting authority will not conclude the contract/framework agreement. If an appeal regarding the award of a contract/framework agreement has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If a framework agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
19.3.2012