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

Surrey POISE Framework (Procurement of IT Services and Equipment).

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Surrey County Council
Penrhyn Road
For the attention of: Rachel Maloney
KT1 2TW Kingston upon Thames
UNITED KINGDOM
E-mail:

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
Public order and safety
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
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:
Surrey POISE Framework (Procurement of IT Services and Equipment).
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: United Kingdom.
NUTS code
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 a single operator

Duration of the framework agreement

Duration in months: 48

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

Estimated value excluding VAT:
Range: between 00 000 000 and 300 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Surrey County Council as the Contracting Authority is putting in place a Collaborative Framework Agreement for use by those authorities defined in section IV.3. The Contracting Authority is acting on behalf of a range of public sector stakeholders as defined in Section IV.3 below. No authority is committed to place an order for any or all services through the procurement process.
Public Sector Bodies have a need for a ‘one-stop-shop’ to provide a range of ICT related purchases and services.
Hardware to include but not limited to the provision and configuration of mainframe, mid-range, mini computers, PC’s, laptops, netbooks and peripheral equipment, audio-visual equipment and associated consumables and related services. Also to include consumables and hardware disposal and recycle up to security level IL5.
Software to include but not limited to Software Applications, Software Licences, Software Upgrade, Software related Services, Software Support Services, Software Development Services, Software Maintenance Services, Software Implementation Services, Software Reproduction Services, Software Configuration Services, Hosted Services, Software as a Service (SaaS), Data Services, ESCROW and Managed Services.
Services to include but not limited to installation, maintenance and management of any of the above mentioned items. To include same for infrastructure required to maintain central or remote ICT provision. To include on-site management or remote hosting of web accessed services, including their development and maintenance.
To provide additional services in support of purchases to include but not limited to conducting reverse or eAuctions on behalf of customers, to identify and highlight sustainable options via a ‘green catalogue’.
The supplier will be required to manage the supply chain and any sub-contractors on behalf of the purchasing customer. They will be required to provide product innovation, identify avoidable costs and facilitate cost reductions. If required, to also undertake contract and asset management (including asset tagging) for the customer.
The supplier will provide an online portal through which ordering and returns can be managed.
The provision of regular (i.e. monthly) Management Information (MI) will be an important requirement for some customers and should include warranty information, asset information, stock delivery reports, product specifications (including energy information).
The Contracting Authority does not commit to letting contract(s) for any of the above.
Further detail is included in the Pre-Qualification Questionnaire which is available via the Bravo procurement portal until the date specified in Section IV.3.3.
II.1.6)Common procurement vocabulary (CPV)

30200000, 30121300, 32510000, 32543000, 32342430, 30192113, 79121100, 32341000, 80533000, 32332000, 32324600, 32352200, 30121200, 79132100, 32552100, 51230000, 51211000, 30125120, 48000000, 32541000, 32560000, 32352100, 32530000, 32342100, 32400000, 32342440, 32210000, 38821000, 32552600, 90514000, 45310000, 32322000, 32260000, 72000000, 30125110, 32580000, 32344000, 66151100, 32343000, 50300000, 32551000, 32230000, 42500000, 32552200, 38651000, 32324400, 32250000, 38930000, 32544000, 32324300, 32342450, 32545000, 32570000, 32520000, 32324100, 32220000, 38700000, 51212000, 32360000, 32342300, 32552400, 32324200, 32552300, 32553000, 38653400, 32542000, 32270000, 51600000, 32546000, 64200000, 32342410, 32333000, 32310000, 32321000, 38651600, 51213000, 32342200, 35710000, 32351000, 32353100, 30121100, 32331500, 32323000, 38822000, 51300000

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: no
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:
Estimated value excluding VAT:
Range: between 00 000 000 and 300 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting authority reserves the right to request deposits, guarantees or other forms of security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further detail on the relevant aspects of the financing and payment approach will be provided at a later date.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority reserves the right to require groupings of suppliers to take a particular legal form, or to require a single supplier to take primary liability, or to require that each party takes joint and several liabilities.
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

Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal: https://surrey.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click 'continue' - Enter your correct business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the 'Express Interest' button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) - You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box 3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 (as amended) and as set out in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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
Envisaged minimum number 2: and maximum number 8
Objective criteria for choosing the limited number of candidates: In accordance with Articles 44 to 52 of Directive 2004/18/EC and Regulations 23 to 29 of the Public Contracts Regulations 2006 (as amended) and as set out in the Pre-Qualification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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: yes
Additional information about electronic auction: Surrey County Council reserves the right to use an electronic auction.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
10431
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
5.10.2012 - 12:00
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: 5.10.2012 - 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
This Framework is intended to cover a broad range of IT hardware, software, services and associated requirements. Where CPV codes are provided, they have been listed at their highest possible level. Therefore, where a broad CPV code is provided the Surrey County Council references all codes covered under that category. Surrey County Council has provided specific CPV codes where appropriate for specific requirements that will be covered under this framework agreement.
Surrey County Council reserves the right to cancel the procurement and not to proceed with the award of the contract at any stage of the procurement process.
The framework is on a call-off basis throughout the administrative area of the South East of England as defined as:
- Surrey County Council together with the districts and boroughs,
- The unitary authorities which make up Berkshire,
- East Sussex County Council together with their districts and boroughs and Brighton and Hove City Council,
- Hampshire County Council together with their districts and boroughs and the 3 city councils in that area,
- Isle of Wight Council,
- Kent County Council together with their districts and boroughs,
- Medway Council,
- West Sussex County Council together with their districts and boroughs,
- The Greater London Authority including all the London borough councils,
- all maintained schools in the administrative areas defined above,
- all Police Authorities and emergency services in the administrative areas defined above,
- all health authorities, National Health Service Trusts and Primary Care Trusts, social care organisations and any other person (s) or body established or financed under the National Health Service Act 1977 as amended and future bodies (e.g. Foundation Trusts and Clinical Commissioning Groups) associated with the delivery of healthcare in the administrative areas defined above,
- Higher and Further Education establishments in the administrative areas defined above,
- Voluntary and Community Organisations in the administrative areas defined above,
- Local offices of national UK public sector bodies in the administrative areas defined above,
- Fire and Rescue Authorities in the administrative areas defined above.
This list is intended to list major organisations. This list is not exhaustive or definitive for the duration of the contract. Other, smaller, organisations located in the administrative areas defined above may also use the services.
Surrey County Council will be Surrey County Council for the purpose of the overarching agreement.
Surrey County Council intends to conclude a framework agreement that will entitle the potential use of the above list to award a specific contract ("call-off contract”) from time to time based on the framework agreement. Under the terms of the framework agreement those local government authorities and public bodies included in the description above will be entitles to call-off contracts.
Section IV.3.3: The Pre-Qualification Questionnaire will be available from Rachel Maloney via the Bravo Portal. The deadline to submit clarification questions is 12:00pm on 21.9.2012 and must be submitted via the Bravo Portal.
Section IV.3.4: Requests to participate must be made by completion and return of the Pre Qualification Questionnaire by the date and time specified in point IV.3.4 and in accordance with the instructions set out in the Pre-Qualification Questionnaire. Completed Pre-Qualification Questionnaires submitted after the deadline may not be considered.
Surrey County Council shall not be responsible for any costs, charges or expenses incurred by candidates or tenderers and accept no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
All dates, time periods and values specified in this notice are provisional and Surrey County Council reserves the right to change these.
Surrey County Council reserves the right to not award any or part of this agreement.
Bidding and bid costs are entirely at the risk of candidates and tenderers and will not be refunded by Surrey County Council under any circumstances.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Surrey County Council
County Hall, Penrhyn Road
KT1 2DN Kingston Upon Thames
UNITED KINGDOM
E-mail:

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32 of the Public Contracts Regulations 2006 (as amended) the contracting authorities will incorporate a minimum 10 calendar day standstill period at the point information on the framework agreement award decision is communicated to tenderers. Part 9 of the Public Contracts Regulations 2006 (as amended) provides for economic operators who have been harmed or are at risk of harm by breach of the Regulations to take legal action. Any such action must be brought within the applicable limitation period. The purpose of the standstill period referred to above is to allow an economic operator to apply to the Court to set aside the award decision before the agreement is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Miss Rachel Maloney
Procurement and Commissioning, Room 412, County Hall, Penrhyn Road
KT1 2DN Kingston Upon Thames
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
5.9.2012