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

South East Police Hosting Services Agreement.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

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

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Public order and safety
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
South East Police Hosting Services Agreement.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: Various locations across the south east of England.

NUTS code UKJ

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)
The following UK contracting authorities shall be able to use the contract:

- 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.
II.1.5)Common procurement vocabulary (CPV)

72222300, 32400000, 48620000, 48800000, 72251000, 72300000, 72315000, 72317000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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
Accelerated restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
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
JPS024
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2013/S 72-120342

Section V: Award of contract

Lot title:
V.1)Date of contract award decision:
17.1.2014
V.2)Information about offers
Number of offers received: 4
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

BT Plc
BT Centre, 81 Newgate Street
EC1A 7AJ London
Internet address: www.bt.com

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

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:
The Contracting Authority reserves the right not to award a contract.
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 10:40 hours on 22.4.2013. 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.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

Police and Crime Commissioner for Surrey

Body responsible for mediation procedures

Surrey Police

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:
17.1.2014