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

Enterprise Information Assurance Architecture and End User Computing.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Dorset County Council
Dorset Procurement, County Hall
DT1 1XJ Dorchester
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.dorsetforyou.com

Further information can be obtained from: http://www.supplyingthesouthwest.org.uk
All documentation relating this process is hosted on the following procurement portal:- http://www.supplyingthesouthwest.org.uk. where you will be able to access Dorset County Council opportunities as well as those of other Contracting Bodies. New users will be required to register onto the system in order to access this tender opportunity and documentation and to be able to submit a tender response. Clear instructions and a contact point is available within the portal to provide supplier help.

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: http://www.supplyingthesouthwest.org.uk
All documentation relating this process is hosted on the following procurement portal:- http://www.supplyingthesouthwest.org.uk. where you will be able to access Dorset County Council opportunities as well as those of other Contracting Bodies. New users will be required to register onto the system in order to access this tender opportunity and documentation and to be able to submit a tender response. Clear instructions and a contact point is available within the portal to provide supplier help.

Tenders or requests to participate must be sent to: http://www.supplyingthesouthwest.org.uk
All documentation relating this process is hosted on the following procurement portal:- http://www.supplyingthesouthwest.org.uk. where you will be able to access Dorset County Council opportunities as well as those of other Contracting Bodies. New users will be required to register onto the system in order to access this tender opportunity and documentation and to be able to submit a tender response. Clear instructions and a contact point is available within the portal to provide supplier help.

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
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 by the contracting authority:
Enterprise Information Assurance Architecture and End User Computing.
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: Various locations throughout the county of Dorset and potentially within the South West Region of England and nationally.

NUTS code UKK22

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 2

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 and 30 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Dorset County Council is seeking tenderers to establish a framework agreement with suitable suppliers to provide the supporting expertise, products and resources to assist the council in delivering an Enterprise Information Assurance Architecture (Lot 1) and End User Computing (Lot 2). The Council will award a single supplier to each lot, Suppliers will be able to bid for a single or both lots but will be expected to have the capability to deliver all the requirements in the key areas of Design, Supply of products, Installation and Implementation and on-going Support and will have undertaken successfully similar projects within organisations of similar size and complexity.
II.1.6)Common procurement vocabulary (CPV)

72000000, 72220000, 72100000, 72110000, 51610000, 30212000, 30215000, 51000000, 51611100, 71316000, 72140000, 72150000, 72228000, 72600000, 72246000, 72227000, 72268000, 72263000, 72267000, 72265000, 72200000, 48732000

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: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated Value of Framework: The spend for Dorset County Council will be approximately 3 000 000 GBP for each lot (see Structure Of Framework below for Lot descriptions). The estimated potential value of business in respect of Dorset County Council will be dependent on the Technical or Solution Design output from each lot. The value figure is given in guidance only and the Council cannot guarantee that this value of business will be generated during the period of the framework. The value of the framework has been set at the upper limit to allow for interest from other public sector bodies and collaborative access, the estimated value for the entire duration of the framework shall range between 1 GBP and 30 000 000 GBP and is based on a four year period.
Structure of Framework: The Framework is split over the following Lots, each of which requires a single supplier capable of delivering all the required elements of the Lot for which they are submitting a tender - Technical and Solution Design, Product Selection and Supply, Implementation and Installation and on-going Support of the solution:
Lot 1 Enterprise Information Assurance Architecture (EIAA) and
Lot 2 End User Computing (EUC).
Scope and Duration of Framework: The framework will be for an initial period of 3 years from the official award of the Agreement ( expected to commence June/July 2014), with the provision to extend by a further year, subject to satisfactory performance, making a total of 4 years.
Framework Access: Whilst principally for use by the Council, subject to prior agreement with the Council, the Framework will also be open for collaboration and access by other public sector bodies (‘End Users’) such as: Local Authority Councils: County, Unitary, District, Borough, and Metropolitan Councils. (Parish and Community Councils are also permissible users); Educational Establishments: Nursery School, Primary School, Middle or High School, Secondary School, Academy, Special School, Pupil Referral Unit (PRU), Further Education College, University; Educational Establishments: Nursery School, Primary School, Middle or High School, Secondary School, Academy, Special School, Pupil Referral Unit (PRU), Further Education College, University; Police, Fire and Rescue and Maritime and Coastguard Agency Emergency Services; NHS Bodies, the HSC (Northern Ireland) and Ambulance Services; Central Government Departments and their Agencies; Registered Charities; Registered Social Landlords (Government-funded, not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives).

Indication of Potential End Users is provided within the following links: https://www.gov.uk/find-your-local-council ; https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/7448/1622442.pdf ; http://www.nidirect.gov.uk/local-councils-in-northern-ireland ; http://www.scotland.gov.uk/Publications/2012/02/2421/1; http://wales.gov.uk/topics/localgovernment/localauthorities/?lang=en ; http://www.schoolswebdirectory.co.uk/index.php ; http://www.ukschoolsdirectory.net/ ; http://www.police.uk/forces/ ; http://www.psni.police.uk/index.htm ; http://www.scottish.police.uk/ ; http://www.fireservice.co.uk/ ; http://www.nifrs.org/ ; http://www.dft.gov.uk/mca/mcga07-home.htm ; https://www.gov.uk/government/organisations ; http://www.charitycommission.gov.uk/About_us/Regulation/Registering_charities_index.aspx ; http://www.oscr.org.uk/ ; http://www.dsdni.gov.uk/

Operation of the Framework: It is intended that Dorset County Council will initially call off (or call down), from the awarded supplier of each lot, a contract for the Technical and Solution Design for that lot and then, at the Council's absolute discretion, may call off further contracts, as required for, Product Selection and Supply, and/or Implementation and Installation and/or on-going Support of the solution. No guarantee of spend is given and the Council reserves the right not to call off further contracts after the design, or any subsequent stages, and reserves the right also to procure the services elsewhere. It is further intended that other Contracting Bodies shall be able to call off all or each of the elements as required - Technical and Solution Design and/or Product Selection and Supply and/or Implementation and Installation and/or on-going Support of the solution.
Estimated value excluding VAT:
Range: between 1 and 30 000 000 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: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Enterprise Information Assurance Architecture (EIAA)
1)Short description
- Technical Design;
- Product Selection and Supply;
- Installation Implementation of solution;
- Support of the EIAA solution.
2)Common procurement vocabulary (CPV)

72000000, 30212000, 30215000, 51000000, 51610000, 51611100, 71316000, 72100000, 72110000, 72140000, 72150000, 72220000, 72228000, 72246000, 72600000, 72263000, 72268000, 72267000, 72265000, 72227000, 72200000, 48732000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: End User Computing (EUC)
1)Short description
- Solution Design;
- Product Selection and Supply;
- Implementation/Installation of solution;
- Support of the solution.
2)Common procurement vocabulary (CPV)

72000000, 72150000, 30212000, 30215000, 51000000, 51610000, 51611100, 71316000, 72100000, 72110000, 72140000, 72220000, 72228000, 72246000, 72600000, 72263000, 72268000, 72267000, 72265000, 72227000, 72200000, 48732000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company guarantee and performance bonds may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Where bonds are submitted as part of a consortium or association, the ‘Group’ would be required to nominate a lead partner with whom the Contracting Bodies can contract with or form themselves into a single entity.
III.1.4)Other particular conditions
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;
(c) has been convicted by a judgement 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.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (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;
(c) a statement of the undertaking's overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
As per invitation to tender.
Minimum level(s) of standards possibly required: It is a minimum requirement for this Framework that the supplier(s) must have Employer's Liability Insurance with indemnity of at least 10 000 000 GBP for the full period of the framework.
It is a minimum requirement for this Framework that the supplier(s) must have Public Liability Insurance of at least 5 000 000 GBP for the full period of the framework.
It is a minimum requirement for this Framework that the supplier(s) must have Product Liability Insurance of at least 5 000 000 GBP for the full period of the framework.
It is a minimum requirement for this Framework that the supplier(s) must have Professional Indemnity Insurance of at least 1 000 000 GBP for the full period of the framework.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
Information and formalities necessary for evaluating if requirements are met:
As per Invitation to Tender.
Minimum level(s) of standards possibly required:
As per 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
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
SWCE-9CXG7K
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
17.3.2014 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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: no
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

All documentation relating this process is hosted on the following procurement portal:- http://www.supplyingthesouthwest.org.uk. where you will be able to access Dorset County Council opportunities as well as those of other Contracting Bodies.

New users will be required to register onto the system in order to access this tender opportunity and documentation and to be able to submit a tender response. Clear instructions and a contact point is available within the portal to provide supplier help. The Contracting Body expressly reserves the right not to award any framework as a result of the procurement process commenced by publication of this notice and in no circumstances will the Contracting Body be liable for any costs incurred by the candidates. Any expenditure, work or effort undertaken prior to framework award is accordingly a matter solely for the commercial judgement of potential suppliers.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
31.1.2014