ICT services procurement for Westminster City Council, the London Borough of Hammersmith and Fulham, the Royal Borough of Kensington and Chelsea and other participating authorities in London
Contract notice
Services
Section I: Contracting authority
City of Westminster
14th Floor, 64 Victoria Street
For the attention of: Andrew Curtois
SW1E 6QP London
UNITED KINGDOM
Telephone: +44 2076412551
E-mail:
Internet address(es):
General address of the contracting authority: http://www.westminster.gov.uk
Electronic access to information: http://esourcing.bravosolution.co.uk
Electronic submission of tenders and requests to participate: http://esourcing.bravosolution.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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Wandsworth Council
Town Hall, Wandsworth High Street
SW18 2PU London
UNITED KINGDOM
Merton Council
Civic Centre, London Road
SM4 5DX Morden
UNITED KINGDOM
Royal Borough of Kingston upon Thames
Guildhall, High Street
KT1 1EU Kingston upon Thames
UNITED KINGDOM
London Borough of Sutton
Civic Offices, St Nicholas Way
SM1 1EA Sutton
UNITED KINGDOM
London Borough of Hammersmith and Fulham
Town Hall, King Street
W6 9JU London
UNITED KINGDOM
The Royal Borough of Kensington and Chelsea
The Town Hall, Hornton Street
W8 7NX London
UNITED KINGDOM
London Borough of Ealing
Perceval House, 14-16 Uxbridge Road
W5 2HL London
UNITED KINGDOM
London Borough of Hackney
Town Hall, Mare Street
E8 1EA London
UNITED KINGDOM
City of London Corporation
Guildhall, PO Box 270
EC2P 2EJ London
UNITED KINGDOM
The London Borough of Camden
Camden Town Hall, Judd Street
WC1H 9JE London
UNITED KINGDOM
The London Borough of Bromley
Civic Centre, Stockwell Close
BR1 3UH London
UNITED KINGDOM
The London Borough of Hillingdon
Civic Centre, High Street
UB8 1UW Middlesex
UNITED KINGDOM
London Borough of Bexley
Bexley Civic Offices, Broadway
DA6 7LB Kent
UNITED KINGDOM
Harrow Council
Station Road
HA1 2XY Harrow
UNITED KINGDOM
London Borough of Havering
Town Hall, Main Road
RM1 3BB Romford
UNITED KINGDOM
London Borough of Hounslow
Civic Centre, Lampton Road
TW3 4DN Hounslow
UNITED KINGDOM
Lambeth Council
Lambeth Town Hall
SW2 1RW London
UNITED KINGDOM
The London Borough of Lewisham
Laurence House, 1 Catford Road
SE6 4RU London
UNITED KINGDOM
London Borough fo Newham
Newham Dockside, 1000 Dockside Road
E16 2QU London
UNITED KINGDOM
London Borough of Redbridge
Town Hall, 128-142 High Road
IG1 1DD Essex
UNITED KINGDOM
London Borough of Islington
222 Upper Street
N1 1XR London
UNITED KINGDOM
London Borough of Richmond upon Thames
Civic Street, 44 York Street
TW1 3BZ Middlesex
UNITED KINGDOM
Southwark Council
PO Box 64529
SE1P 5LX London
UNITED KINGDOM
Tower Hamlets Council
Town Hall, Mulberry Place
E14 2BG London
UNITED KINGDOM
London Borough of Waltham Forrest
Waltham Forrest Town Hall, Forrest Road
E17 4JF Walthamstow
UNITED KINGDOM
London Borough of Barking and Dagenham
Civic Centre
RM10 7BN Dagenham
UNITED KINGDOM
London Borough of Barnet
North London Business Park, Oakleigh Road South
N11 1NP London
UNITED KINGDOM
Brent Council
Brent Town Hall, Forty Lane
HA9 9HD Middlesex
UNITED KINGDOM
London Borough of Croydon
Taberner House, Park Lane
CR9 3JS Croydon
UNITED KINGDOM
London Borough of Enfield
Civic Centre, Silver Street
EN1 3XA Enfield
UNITED KINGDOM
Royal Borough of Greenwich
The Woolwich Centre, 35 Wellington Street
SE18 6HQ London
UNITED STATES
Harringey Council
Civic Centre, High Road
N22 8LE London
UNITED KINGDOM
City West Homes
21-24 Grosvenor Road
SW1X 7EA London
UNITED KINGDOM
Section II: Object of the contract
Service category No 7: Computer and related services
NUTS code UKI
Duration of the framework agreement
Duration in years: 4Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:Range: between 3 000 000,00 and 1 100 000 000,00 GBP
The services will need to be operational by November 2014 for WCC (transitioning from early 2014), by October 2016 for the London Borough of Hammersmith and Fulham and as required, based on business case, for the Royal Borough of Kensington and Chelsea and all of the other Participating Authorities.
The three boroughs will hold a Supplier Day on 10.4.2013 where further information on the forthcoming procurement will be discussed. Suppliers interested in some or all of the scope in this procurement should e-mail Andrew Curtois, , to request an invitation to participate and a prospectus for the day. The three boroughs are not liable for any costs, fees or expenses incurred by any party participating in the Suppliers' day.
Currently the council and other participating boroughs each use a variety of service providers to supply different parts of their IT services. Some are run and managed in-house or hosted and managed externally, and some are a combination of these. This means that the requirements of the participating authorities will vary. Some may issue call offs for each lot and some may not. Interested suppliers should note that due to differences in current service provision, participating authorities will select which services within that lot they require and that in respect of each lot not all services may be required by the council or any other participating authority. This means that service providers will have to be flexible in that which they offer to the council and other participating authorities. The Council and other participating authorities may also offer call-off contracts at different times during the life of the framework including during the last year of the terms of the framework agreement. Interested service providers should also note that there is no guarantee that any call-off contracts will be awarded by the council or any other participating authority under the framework agreement.The framework agreement will consist of three lots. Only one successful service provider will be appointed to each lot. Interested service providers will be invited to bid for one or more lots. They are:
Lot 1: Distributed Computing with a mimimum annual value of GBP 1 500 000;
Lot 2: Service Desk with a minimum annual value of GBP 600 000;
Lot 3: Data Centre Services with a minimum annual value of GBP 1 000 000.
The requirement is for ICT services that are delivered to service level agreements in a consistently efficient and effective manner. The successful service provider will need to support the transition of the relevant participating authorities receiving ICT services under that lot to a set of common processes and it may involve the service provider investing in the service delivery. The aim is not only to provide outsourced technology but for the successful service provider to demonstrate that the underpinning technology ensures that the Council and the other Participating Authorities receive: streamlined ICT services, improved process efficiency and cost-effectiveness, capacity for self-service where appropriate, improved efficient reporting, identified savings and of course quality of service. The proposed procurement route is the restricted process. The aim is to appoint one successful supplier for each lot, however the same service provider could if successful be appointed to provide two or three lots. For each lot, a single comprehensive solution is being sought. Submissions for each lot will therefore be considered from prime contractors and consortia provided that the relevant prime contractor or consortium can provide a single comprehensive solution for that lot.
The Council and participating authorities are committed to ensuring fairness, openness and transparency and to following EU procurement regulations. The procurement will be carried out in accordance with the provisions of the Public Contracts Regulations 2006 (as amended).
72222300, 72253000, 72316000, 72416000, 72200000, 72212211, 72220000, 72222000, 72222100, 72222200, 72223000, 72224100, 72320000, 72312100, 72322000, 72251000, 48000000, 48800000, 48810000, 64216000, 64216200, 42965000, 50312600, 50312610, 50312620, 51610000, 51612000, 64216210, 72267100, 72267200, 44316400, 51611100, 48200000, 48220000, 48221000, 48222000, 48223000, 48300000, 48310000, 48311000, 48315000, 48316000, 48317000, 48600000, 48611000, 48624000, 48710000, 48760000, 48761000, 48900000, 48920000, 48931000, 48960000, 48982000, 48990000, 48991000, 72212200, 72261000, 72262000, 72263000, 72267000, 72268000, 48821000, 48822000, 48823000, 72317000
Tenders may be submitted for one or more lots
Information about lots
Lot No: 1 Lot title: Distributed Computing72222300, 42965000, 48000000, 48800000, 48810000, 50312600, 50312610, 50312620, 51610000, 51612000, 64216000, 64216200, 72222000, 72222100, 72222200, 72223000, 44316400, 51611100, 48200000, 48220000, 48221000, 48222000, 48223000, 48300000, 48310000, 48311000, 48315000, 48316000, 48317000, 48330000, 48331000, 48332000, 48516000, 48517000, 48611000, 48624000, 48710000, 48760000, 48761000, 48900000, 48920000, 48931000, 48960000, 48982000, 48990000, 48991000, 72212200, 72261000, 72263000, 72267000, 72267100, 72267200, 72268000, 30213300
42965000, 48810000, 50312600, 50312610, 50312620, 64216210, 72222000, 72222100, 72222200, 72222300, 72223000, 72253000, 72267100, 72267200
42965000, 48800000, 48810000, 50312600, 50312610, 50312620, 64216210, 72222000, 72222200, 72222300, 72223000, 72251000, 48820000, 48821000, 48822000, 48823000, 72317000
Section III: Legal, economic, financial and technical information
- It should have a 3 year mean average turnover (based on information supplied in response to the PQQ) which is equal to or exceeds 3 times the estimated minimum annual contract value for the relevant lot ("Turnover Threshold).
Interested service providers are directed to the information below regarding who is subject to these tests and how they are carried out, depending on whther the service provider is a single organisation or consortium.
For the avoidance of doubt where an interested service provider is constituted by way of:
- A single organisation, the single organisation must pass the Turnover Threshold.
- A single consortium (i.e. 2 or more persons, at least one of whom is an economic operator, acting jointly for the purpose of being awarded a public contract) the consortium must pass the Turnover Threshold. In order to calculate whether a consortium service provider passes the Turnover Threshold the 3 year mean average turnover for each consortium member (based on information supplied in response to the PQQ) will be calculated and for each consortium member the result will be mulitplied by their (actual and anticipated) percentage equity stake (as identified in the response to the PQQ) in the legal entity to be formed to deliver the services under the Framework Agreement and the totals will then be added together. It is this combined figure that will need to pass the Turnover Threshold. Please see the PQQ for further information.
As set out in the PQQ
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Envisaged number of operators: 5-7 per lot.
Objective criteria for choosing the limited number of candidates: The Council intends to invite the 5 highest scoring interested service providers per lot to tender on the basis of the ranking of interested service providers at the pre-qualification evaluation stage at which the evaluation criteria will be assessed and evaluated. Where there is in respect of any lot, more than one interested service provider ranked in fifth place, then all interested service providers ranked in 5th place in such lot shall be invited into the ITT.
Prior information notice
Notice number in the OJEU: 2013/S 17-024643 of 24.1.2013
Section VI: Complementary information
(I) Not to award any framework and/or call off contract(s) as a result of the procurement process commenced by the publication of this notice;
(II) To make whatever changes they see fit to the content and structure of the tendering competition;
(III) To award a framework and/or call-off contract(s) in respect of any part(s) of the ICT services and any part(s) of the services within the lots that constitute the ICT services;
(IV) To award the framework and/or any call-off contracts in stages. And in no circumstances will the Council or any other participating authorities be liable for any costs incurred by the candidates;
(V) For technical assistance in accessing the PQQ information, please call the Bravosolution technical help desk on +44 8003684805. GO Reference: GO-201342-PRO-4701477
High Court
The Strand
WC2A 2LL London
UNITED KINGDOM