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

IT Hardware Support.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

National Assembly for Wales Commission
National Assembly for Wales, Ty Hywel, Cardiff Bay
Contact point(s): Procurement
For the attention of: Helena Heath
CF99 1NA Cardiff
UNITED KINGDOM
Telephone: +44 2920898607
E-mail:

Internet address(es):

General address of the contracting authority: www.assemblywales.org/abthome/abt-procurement.htm

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0424

Further information can be obtained from: National Assembly for Wales Commission
National Assembly for Wales, Ty Hywel, Cardiff Bay
Contact point(s): Procurement
For the attention of: Helena Heath
CF99 1NA Cardiff
UNITED KINGDOM
Telephone: +44 2920898607
E-mail:
Internet address: www.assemblywales.org/abthome/abt-procurement.htm

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: National Assembly for Wales Commission
National Assembly for Wales, Ty Hywel, Cardiff Bay
Contact point(s): Procurement
For the attention of: Helena Heath
CF99 1NA Cardiff
UNITED KINGDOM
Telephone: +44 2920898607
E-mail:
Internet address: www.assemblywales.org/abthome/abt-procurement.htm

Tenders or requests to participate must be sent to: National Assembly for Wales Commission
National Assembly for Wales, Ty Hywel, Cardiff Bay
Contact point(s): Procurement
For the attention of: Helena Heath
CF99 1NA Cardiff
UNITED KINGDOM
Telephone: +44 2920898607
E-mail:
Internet address: www.assemblywales.org/abthome/abt-procurement.htm

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: Devolved Legislation
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:
IT Hardware Support.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: South Wales.

NUTS code UKL22

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 a single operator

Duration of the framework agreement

Duration in years: 4

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

Estimated value excluding VAT:
Range: between 135 000 and 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
Provision of a hardware support service for the National Assembly for Wales. This support contract will be for a mixture of hardware primarily consiting of HP datacentre equipment (Servers, Storage and Tape Libraries) and Cisco networking equipment including core 6500 chassis, firewall service modules, wireless access points and access switches.
The duration of the framework will be for a four year period. The current volume of equipment to be covered during the contract period will consist of:
1. Estimated volume in Year 1 of the framework
Datacentre - 120 items, including disk drives, tape libraries and HP EVA;
Network - 120 items.
2. Estimated volume in Year 2 of the framework
Datacentre - 0 items;
Network - 120 itmes.
The estimated volumes in Years 3 and 4 are likely to be similar to Year 2, however true up and true down flexibility will be required throughout the life of the framework. All equipment is currently located on site at the Assembly's Ty Hywel building in Cardiff Bay, or at the premises of Companies House at Crown Way, Cardiff.
The minimum service levels required will be a 4 hour response/4 hour fix during business hours, Monday to Friday.

Suppliers wishing to express an interest in this contract opportunity should email by no later than 14:00 hrs on Monday 10.3.2014. Those suppliers who express an interest will be invited to complete a Pre-Qualification Questionnaire. It is our intention to publish this document on Tuesday 11.3.2014 via the eTenderWales portal. If your company is not already registered on this portal, you will need to register by visiting www.etenderwales.bravosolutions.co.uk. It is free to register.

Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=5841.

II.1.6)Common procurement vocabulary (CPV)

50312000, 48820000, 48822000, 50312300, 50312310, 50312600, 50312610

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
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 135 000 and 200 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.8.2014. Completion 31.7.2018

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees 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:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(2) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(2) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
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:
1099
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
10.3.2014 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
22.4.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
Other: Welsh
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: February 2018.
VI.2)Information about European Union funds
VI.3)Additional information

Suppliers wishing to express an interest to participate in this contract opportunity should email by no later than 14:00 hrs on Monday 10.3.2014. Please indicate within the email if your company is registered on the eTenderWales portal.

Those suppliers who express an interest will be invited to complete a Pre-Qualification Questionnaire. It is our intention to publish this document via the eTenderWales portal on Tuesday 11.3.2014. If your company is not already registered on this portal, you will need to register by going to www.etenderwales.bravosolutions.co.uk. It is free of charge to register. Further to the evaluation of the Pre-Qualification Questionnaire, a minimum of 5 suppliers will be invited to the tender stage. All tender documents will also be published via the eTenderWales portal.

(WA Ref:5841).
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:
7.2.2014