Opportunity

ICT Framework 2

  • Liverpool City Council

F02: Contract notice

Notice reference: 2021/S 000-001214

Published 21 January 2021, 9:50am



Section one: Contracting authority

one.1) Name and addresses

Liverpool City Council

4th Floor, Cunard Building

Liverpool

L3 1DS

Contact

Mr Steve Haywood

Email

steve.haywood@liverpool.gov.uk

Telephone

+44 1512330593

Country

United Kingdom

NUTS code

UKD7 - Merseyside

Internet address(es)

Main address

http://www.liverpool.gov.uk

Buyer's address

http://www.liverpool.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ICT Framework 2

Reference number

DN516498

two.1.2) Main CPV code

  • 30200000 - Computer equipment and supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

The creation of a multi-lot, multi-supplier framework to provide computer hardware, software and services to Liverpool City Council and partner organisations.

The Framework is split into 4 lots as follows:

- The Supply of Corporate ICT Hardware

- The Supply of Corporate & Education Software

- The Supply of Education ICT Hardware

- The Supply & Installation of ICT Data Cabling

The framework will last for 3 years, with an option to extend by a further 1 year.

The framework is primarily for use by Liverpool City Council and partner organisations, but on occasion, the framework may also be used by where they are working in collaboration with LCC by:

- Halton Borough Council

- Knowsley Metropolitan Borough Council

- Sefton Metropolitan Borough Council

- St Helens Borough Council

- Wirral Metropolitan Borough Council

- LCR Combined Authority

- Merseytravel

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Supply of Corporate ICT Hardware

Lot No

1

two.2.2) Additional CPV code(s)

  • 30200000 - Computer equipment and supplies

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside

two.2.4) Description of the procurement

This is a single Supplier lot.

The Supplier will be required to become a supply partner for any ICT hardware related goods that are required by the Customer.

The Supplier may also be required to facilitate requests for the support and maintenance of a variety specialist hardware solutions. These hardware solutions are currently covered by support and maintenance contracts which will likely run to their Termination Date, but these Contracts will expire during the term of the Framework.

Examples of the typical requirements are given in the tender documentation.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Quality/Technical / Weighting: 50

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £6,700,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Supply of Corporate & Education Software

Lot No

2

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside

two.2.4) Description of the procurement

This lot will consist of up to 3 suppliers.

The Suppliers will be required to supply computer software to both corporate and educational organisations. Suppliers will not be ranked on the Framework in any way, and all three Suppliers will be invited to partake in each Further Competition.

The range of software to be provided may include, but is not limited to, the following:

• Business function specific software.

• Content authoring, editing and management software.

• Educational or reference software.

• Finance accounting and enterprise resource planning Enterprise Resource Planning software.

• Operating environment software (including Microsoft Enterprise Software Agreement which is due for re-tender 2023, and may be procured via further competition on this Framework).

• Security and protection software.

• System management software.

• Utility and device driver software.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Quality/Technical / Weighting: 50

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Supply of Education ICT Hardware

Lot No

3

two.2.2) Additional CPV code(s)

  • 30200000 - Computer equipment and supplies

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside

two.2.4) Description of the procurement

This lot will consist of up to 4 suppliers.

The Supplier will be required to supply any ICT hardware related goods, professional services and audio-visual equipment that are required by the Customer. Examples of the typical requirements are given in the tender documentation.

Suppliers will not be ranked on the Framework in any way, and all four Suppliers will be invited to partake in each Further Competition.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Quality/Technical / Weighting: 50

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

The Supply & Installation of ICT Data Cabling

Lot No

4

two.2.2) Additional CPV code(s)

  • 30200000 - Computer equipment and supplies
  • 32580000 - Data equipment

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside

two.2.4) Description of the procurement

This is a single supplier lot.

The Supplier will be required to supply cabling products, structured data cabling, audio visual installations and network equipment. The supplier will be engaged to provide any such goods and/or services related to the above that are required by the Customer.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 15

Quality criterion - Name: Quality/Technical / Weighting: 45

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 9

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 February 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 February 2021

Local time

12:00pm

Place

Liverpool

Information about authorised persons and opening procedure

Commercial Procurement Unit Category Manager


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

Strand

London

WC2A 2LL

Country

United Kingdom