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

Managed ICT Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Red Kite Community Housing
Windsor Court, Kingsmead Business Park, Frederick Place
Contact point(s): Service Matters acting on behalf of Red Kite
For the attention of: Gary Stephens
HP11 1JU High Wycombe
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.redkitehousing.org.uk

Address of the buyer profile: www.housingprocurement.com

Further information can be obtained from: www.housingprocurement.com

Tenders or requests to participate must be sent to: www.housingprocurement.com
All information will be transmitted via the e-tendering portal website: www.housingprocurement.com .No documentation will be issued or accepted via any other means.

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Managed ICT Service.
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: High Wycombe, Buckinghamshire, United Kingdom.

NUTS code UKJ13

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Red Kite Community Housing is seeking a 5 Year Managed ICT Service covering desktop and network support, server hosting, application support, systems development, disaster recovery, telephony and project management. The existing contract is outsourced and ends in September 2014. Red Kite is seeking to work with an organisation who can demonstrate a proactive approach to partnership working as they seek to provide improve services to their Tenants and Leaseholders.
II.1.6)Common procurement vocabulary (CPV)

72000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The estimated total annual value of this contract is GBP 175 000. The contract is broken down into 4 key areas: 1.Service Delivery (including Telephony), 2. Disaster Recovery, 3.Project Delivery (Estimated 50 days per year) and 4.Data Circuits. The contract is for an initial period of 5 years with the option to extend for a further 2 years subject to satisfactory performance. The value of the contract may change due to additional ITC projects. Growth will come from new projects which will be sanctioned by Red Kite in Partnership with the chosen provider. Note: all values are estimates only; all values are subject to change.
Estimated value excluding VAT: 1 225 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 84 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The client reserves the right to require Parent Company Guarantees and/or Performance Bonds. Detailed requirements to be provided in the prequalification questionnaire and/or Invitation to Tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details to be included, if applicable, in the draft contract documentation to be provided with the pre qualification questionnaire and/or Invitation to Tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Where a consortium or other grouping of suppliers submits a joint bid, such consortia or grouping must nominate a lead organisation to deal with Red Kite Community Housing on all matters relating to the Contract. All consortium members or grouping will be required to be jointly and severally liable in respect to the obligations and liabilities relating to the contract. Where a consortium chooses instead to nominate a contracting party from among their number with the other members acting as subcontractors, this must be made clear in their bid. The contracting party will be entirely responsible for all matters relating to the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The contract will be subject to the terms of an ICT Managed Service Contract to be provided by Red Kite Community Housing which the chosen supplier will be expected to sign (subject to agreed amendments). Full details will be available in the Invitation to Tender.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:
(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;
(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:
Participants will be expected to sign a declaration confirming that, to the best of their knowledge they are not in breach of the provisions of Regulation 23 of the Public Contracts Regulations 2006 (as amended).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
Information and formalities necessary for evaluating if requirements are met:

Once a formal assessment has been completed of each PQQ, a Finance review will be carried out by Red Kite's Finance Team in accordance with details contained in the 'Scoring Methodology' document. Any participant scored as 'Failing' will not be invited to the Invitation to Tender stage. See www.housingprocurement.com for further information.

Minimum level(s) of standards possibly required: The Prequalification Questionnaire available on www.housingprocurement.com (Organisation: Orbit) will contain full details of the selection criteria and relative importance. Details of the Award Criteria will be issued in the Invitation to Tender.

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
Information and formalities necessary for evaluating if requirements are met:

Further details are provided on the www.housingprocurement.com website on how participants will be evaluated.

Minimum level(s) of standards possibly required:

The Prequalification Questionnaire available on www.housingprocurement.com (Organisation: Orbit) will contain full details of the selection criteria and relative importance. Details of the Award Criteria will be issued in the Invitation to Tender.

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: ICT Managed Service providers will need to demonstrate relevant accreditations (e.g. ITIL)
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 10

Objective criteria for choosing the limited number of candidates: Objective criteria will be based on the participants ability to demonstrate relevant experience of delivering similar contracts. The Pre Qualification Questionnaire available on www.housingprocurement.com (Organisation: Orbit) will contain full details of the selection criteria and relative importance. Numbers given are estimates only.

IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PP468
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2013/S 139-241685 of 19.7.2013

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 3.3.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.3.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
28.3.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 1 (one)
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

PQQs will be issued and must be returned via the electronic tendering system (ProContract) at www.housingprocurement.com. Suppliers will need to register on the website (at no charge) in order to access information. Guidance on the operation of the system is available on the website without being registered. Any and all additional information will be issued through the website.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals

Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2006 (as amended 2009 and 2011) available at www.legislation.gov.uk

VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
28.1.2014