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 award notice
Services
Section I: Contracting authority
capitalEsourcing
Westminster
For the attention of: Andrew Curtois
SE1E 6QP London
UNITED KINGDOM
Telephone: +44 2076412551
E-mail:
Section II: Object of the contract
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Westminster City Council, 64 Victoria Street, Westminster, SW1E 6QP.
NUTS code UK
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. 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 1 500 000 GBP;
Lot 2: Service Desk with a minimum annual value of 600 000 GBP;
Lot 3: Data Centre Services with a minimum annual value of 1 000 000 GBP.
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, 72267200, 48982000, 48222000, 72267000, 48600000, 72251000, 72212200, 48990000, 72262000, 48000000, 72267100, 72224100, 50312610, 51610000, 48761000, 72416000, 64216210, 51611100, 48210000, 72212211, 48316000, 72263000, 72222000, 72200000, 50312620, 72222200, 48223000, 72223000, 72220000, 48221000, 72317000, 48991000, 64216000, 48931000, 72261000, 64216200, 48823000, 48822000, 48300000, 72320000, 48900000, 48710000, 48920000, 48315000, 48960000, 48310000, 44316400, 72316000, 48311000, 72268000, 48624000, 48810000, 48317000, 50312600, 48200000, 51612000, 42965000, 72322000, 48760000, 72312100, 48800000, 48611000, 72253000
Section IV: Procedure
1. Price. Weighting 80
2. Quality. Weighting 20
Prior information notice
Notice number in the OJEU: 2013/S 66-110653 of 4.4.2013
Section V: Award of contract
Contract No: Distributed Computing Lot 1 Lot title: Ditributed ComputingBT Global Services
BT Centre, 81 Newgate Street
EC1A 7AJ London
UNITED STATES
E-mail:
Agilisys Limited
26-28 Hammersmith Grove
W6 7AW London
UNITED KINGDOM
E-mail:
BT Global Services
BT Centre, 81 Newgate Street
EC1A 7JA London
UNITED KINGDOM
E-mail:
Section VI: Complementary information