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

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

Directive 2004/18/EC

Section I: Contracting authority

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

capitalEsourcing
Westminster
For the attention of: Andrew Curtois
SE1E 6QP London
UNITED KINGDOM
Telephone: +44 2076412551
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
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
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.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Westminster City Council (WCC) has created framework agreements for the provision of ICT services to the Tri-Borough Authorities of Westminster, Hammersmith & Fulham and Kensington and Chelsea and the other London Boroughs named within the OJEU notice. Also included in these Framework Agreements will be any arms' length management organisations, charitable organisations subsidiaries, other companies or business providing public services within the geographical location of the named authorities. It is envisaged that the core requirements will comprise delivery of service desk through an integrated solution that optimises the user's ability to self serve, data centre services incorporating infrastructure as a service where appropriate and end user computing.
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).
II.1.5)Common procurement vocabulary (CPV)

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

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Price. Weighting 80
2. Quality. Weighting 20
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract

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 Computing
V.1)Date of contract award decision:
25.11.2013
V.2)Information about offers
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

BT Global Services
BT Centre, 81 Newgate Street
EC1A 7AJ London
UNITED STATES
E-mail:

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Contract No: Service Desk Lot 2 Lot title: Service Desk
V.1)Date of contract award decision:
25.11.2013
V.2)Information about offers
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Agilisys Limited
26-28 Hammersmith Grove
W6 7AW London
UNITED KINGDOM
E-mail:

V.4)Information on value of contract
V.5)Information about subcontracting
Contract No: Data Centre Services Lot 3 Lot title: Data Centre Services
V.1)Date of contract award decision:
25.11.2013
V.2)Information about offers
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

BT Global Services
BT Centre, 81 Newgate Street
EC1A 7JA London
UNITED KINGDOM
E-mail:

V.4)Information on value of contract
V.5)Information about subcontracting

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
17.12.2013