South East Police Hosting Services Agreement.
Contract notice
Services
Section I: Contracting authority
Surrey Police on behalf of the Police and Crime Commisioner for Surrey
Surrey Police, Procurement Management, Surrey Police Headquarters, Mount Browne, Sandy Lane
For the attention of: Kelly Thomas
GU1 9PE Guildford
UNITED KINGDOM
Telephone: +44 1483633575
E-mail:
Internet address(es):
General address of the contracting authority: http://www.surrey.police.uk
Address of the buyer profile: www.bluelight.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bluelight eTendering Portal
The pre-qualification questionnaire (PQQ) will be issued to all who have expressed an interest by the specified date and time via the Bluelight eTendering Portal. The PQQ will be issued electronically via the BluelighteTendering Portal once the deadline for expressions of interest has passed Internet address: www.bluelight.gov.uk
Tenders or requests to participate must be sent to: Bluelight eTendering Portal
Suppliers wishing to express an interest in this tender opportunity, should go to www.bluelight.go.uk/opportunities, and select Surrey Police within the organisation search field. Click on 'Search' and choose this tender opportunity by clicking on the contract title (South East Police Hosting Services Agreement). To express your interest, select the'Login and Register Interest' button. If you are not already registered on the Bluelight eTendering system, youwill need to do so by going to www.bluelight.gov.uk and clicking on the ‘Register Company' link in the Suppliermenu, and filling in the company registration form. Once the registration has been processed (which can takeup to 48 hours), 2 separate e-mails containing your username and password will be sent to the e-mail addressyou registered with. You will then need to return to the tender opportunity, to express your interest electronically. Hardcopy or emailed applications will not be accepted
Section II: Object of the contract
Service category No 5: Telecommunications services
Main site or location of works, place of delivery or of performance: Various locations across the south east of England.
NUTS code UKJ
Duration of the framework agreement
Duration in years: 5Justification for a framework agreement, the duration of which exceeds four years: Minimum term to support maximum return on investments, ensuring maximum term and aggregated discounts, whilst facilitating the safe transition and migration of existing services to a new shared services agreement.
The duration of the initial contract will be five years with options to extend up to an additional five years.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:Range: between 150 000 and 40 000 000 GBP
- Police and Crime Commissioner Hampshire and the Isle of Wight (http://www.hampshire-pcc.gov.uk/)
- Police and Crime Commissioner for Thames Valley (http://www.thamesvalley-pcc.gov.uk/)
- Police and Crime Commissioner for Surrey (http://www.surrey-pcc.gov.uk/)
- Police and Crime Commissioner for Sussex (http://www.sussex-pcc.gov.uk/)
Surrey Police on behalf of the following police forces: Surrey Police, Sussex Police, Thames Valley Police, Hampshire Constabulary ("the Forces”) are procuring Hosting Services and associated Migration Services to:- improve the resilience of their hosting services,
- improve the agility of the hosting services,
- to leverage economies of scales through shared provision, and
- to reduce the Total Cost of Ownership.
The framework is envisaged to include, but not be limited to, the following:
- the provision of co-located services ie Force's infrastructure at supplier's Data Centre,
- infrastructure as a service,
- software and applications as a service,
- SAN,
- Load balancing,
- assistance with the migration of existing services to new services, and
- consultancy and professional services.
The new services will be required to conform to security accreditation IL3 (RESTRICTED) and, potentially, IL4 (CONFIDENTIAL) security standards and Tier 3 and, potentially, Tier 4 Data Centre Hosting standards.
The supplier will be responsible for the design, service provisioning and supply, implementation, testing, commissioning, transition and migration, project management, and provision of a range of service management and support arrangements.
The supplier will be required to provide a service catalogue in order to assist the Forces in the procurement of services day-to-day. The service catalogue will list products, services, resource, service levels, and associated service charges. The services catalogue will assist the partnership between the winning supplier and the Forces to ensure the business and operational requirements are supported throughout the period of the agreement.
It should be noted that the Forces are not able to make a commitment to volumes at this time with each Force at varying stages of their infrastructure lifecycle.
72222300, 32400000, 48620000, 48800000, 72251000, 72300000, 72315000, 72317000
NB: Options will be stated in the Tender Descriptive Documentation and explored during dialogue.
NB: Variants - as stated in the Tender Descriptive Document, providing the Tenderer fully explains and outlines the associated costs for any variants.
Estimated value excluding VAT:
Range: between 150 000 and 40 000 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: These will be stated in the Tender Document.
(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 compulsory winding up the 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 contract 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 organization, 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 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 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 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Interested parties are required to request and complete a pre-qualification
questionnaire (PQQ). The PQQ will be issued to applicants on receipt of a
request to participate in the competition. The address to which requests to
participate must be sent is contained I.1.Requests for PQQ must be received by
16:00 (noon) hours on 19 April 2013.
As specified in the PQQ.
Section IV: Procedure
Justification for the choice of accelerated procedure: To meet an urgent operational requirement for an increase in resilience and improvements in agility in the forces' secure hosting services.
Section VI: Complementary information
The Contracting Authority is not liable for any costs incurred by those expressing an interest in and/or tendering for this contract.
The contract is anticipated being awarded during June/July 2013 with contract services being available during 2013.
All applications and enquiries should be made through portal www.bluelight.gov.uk. - replace this with the wording below.
The Surrey Police Authority is tendering this contract through the Bluelight eTendering portal. Prospective tenderers are advised to register their interest by going to www.bluelight.gov.uk and visiting ‘New Opportunities' within the ‘Supplier Area'. Potential tenderers should register their interest (using the above portal) by no later than 16:00 (noon) on 19 April 2013. Following this date the Authority will issue a pre-qualification questionnaire for completion which will be evaluated to identify the short-listed suppliers to be invited to tender.
Hardcopy or emailed applications will not be accepted.Police and Crime Commissioner for Surrey
Body responsible for mediation procedures
Surrey Police