Bip Buyer de-activated users: Cloud Hosted & Managed IT Services and Provision of IT Hardware

  Bip Buyer de-activated users is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Cloud Hosted & Managed IT Services and Provision of IT Hardware
Notice type: Contract Notice
Authority: Bip Buyer de-activated users
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: London & Continental Railways Ltd (LCR) is organising a competitive dialogue procedure with the intention to award a 3-year contract, having the object “Cloud Hosted & Managed IT Services and Provision of IT Hardware”. The current LCR technical environment and the minimum requirements are detailed within Descriptive Documentation. The contract objective includes supply hardware infrastructure and provision of maintenance, support and cloud services as detailed in the procurement documents. The competitive dialogue procedure is organised following Public Contract Regulations 2015; initiated with Selection Stage and followed by multiple dialogue sessions with selected bidders.
Published: 01/12/2017 10:27
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: IT services: consulting, software development, Internet and support.
Section I: Contracting Authority
      I.1) Name and addresses
             London & Continental Railways Limited
             4th floor, One Kemble Street, London, WC2B 4AN, United Kingdom
             Tel. +44 7850204014, Email: darien.jay@gva.co.uk
             Contact: Consultant- Darien Jay
             Main Address: http://www.lcrhq.co.uk/
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://gvaacuity.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./26R6T8PC4B
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://gvaacuity.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./26R6T8PC4B to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://gvaacuity.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./26R6T8PC4B
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Cloud Hosted & Managed IT Services and Provision of IT Hardware       
      Reference Number: N201700003
      II.1.2) Main CPV Code:
      72000000 - IT services: consulting, software development, Internet and support.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: London & Continental Railways Ltd (LCR) is organising a competitive dialogue procedure with the intention to award a 3-year contract, having the object “Cloud Hosted & Managed IT Services and Provision of IT Hardware”.
The current LCR technical environment and the minimum requirements are detailed within Descriptive Documentation.
The contract objective includes supply hardware infrastructure and provision of maintenance, support and cloud services as detailed in the procurement documents.

The competitive dialogue procedure is organised following Public Contract Regulations 2015; initiated with Selection Stage and followed by multiple dialogue sessions with selected bidders.       
      II.1.5) Estimated total value:
      Value excluding VAT: 300,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      44316400 - Hardware.
      51611100 - Hardware installation services.
      
      II.2.3) Place of performance:
      UKI LONDON
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: London & Continental Railways Ltd (LCR) decided to organise a competitive dialogue procedure as result of the necessity of reducing of the company's reliance upon fixed office services.
LCR is looking to change all existing hardware infrastructure with more advanced technology and to appoint a single Services Provider who will be responsible for providing new hardware equipment, including maintenance/replacement services, to their office in London and to provide cloud services over a 3-year contract.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical solution(s) in the form of Responses to Method Statements (MS) / Weighting: 70
                        
            Cost criterion - Name: Technical Solution Price ( hardware equipment and maintenance rates) / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/10/2018 / End: 30/09/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: Following the initial term, there is a possibility to extend the contract for a maximum 2 years (+1+1).
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 5       
      Objective criteria for choosing the limited number of candidates: 1.Demonstrated Industry expertise and experience (25%)
2.Demonstrated customer service quality and support (25%)
3.Previous relevant experience and current clients (30%)
4.Human Resources – technical biographies of senior personnel (20%)
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      As stated in the procurement documents    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Not Applicable          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description COMPETITIVE_DIALOGUE
      IV.1.1) Type of procedure:Competitive dialogue    
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 12/01/2018 Time: 18:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/02/2018       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://gvaacuity.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./26R6T8PC4B

To respond to this opportunity, please click here:
https://gvaacuity.delta-esourcing.com/respond/26R6T8PC4B
   VI.4) Procedures for review
   VI.4.1) Review body:
             London & Continental Railways Limited
       4th floor, One Kemble Street, London, WC2B 4AN, United Kingdom
       Tel. +44 2073914300, Fax. +44 2073914401, Email: lcotton@lcrhq.co.uk
       Internet address: http://www.lcrhq.co.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 01/12/2017

Annex A


View any Notice Addenda

View Award Notice