Opportunity

Outsourced ICT Framework Agreement

  • Crescent Purchasing Consortium (CPC)
  • Education Authority Northern Ireland
  • Public Sector
  • Education
  • North Western Universities Purchasing Consortium Ltd

F02: Contract notice

Notice reference: 2021/S 000-003615

Published 23 February 2021, 4:50pm



Section one: Contracting authority

one.1) Name and addresses

Crescent Purchasing Consortium (CPC)

Procurement House, Leslie Hough Way

Salford

M6 6AJ

Email

l.m.oshea@thecpc.ac.uk

Telephone

+44 1619740947

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

one.1) Name and addresses

Education Authority Northern Ireland

40 Academy Street

Belfast

BT1 2NQ

Email

keira.simpson@eani.org.uk

Telephone

+44 2890566461

Country

United Kingdom

NUTS code

UKN06 - Belfast

Internet address(es)

Main address

https://www.eani.org.uk

Buyer's address

https://www.eani.org.uk

one.1) Name and addresses

Public Sector

Procurement House

Salford

M6 6AJ

Email

l.m.oshea@thecpc.ac.uk

Telephone

+44 2890566461

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

one.1) Name and addresses

Education

Procurement House

Salford

M6 6AJ

Email

l.m.oshea@thecpc.ac.uk

Telephone

+44 2890566461

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

one.1) Name and addresses

North Western Universities Purchasing Consortium Ltd

Albert House, 17 Bloom Street

Manchester

M1 3HZ

Email

natasha.peacock@manchester.ac.uk

Telephone

+44 1612348003

Country

United Kingdom

NUTS code

UKD33 - Manchester

Internet address(es)

Main address

http://www.nwupc.ac.uk

Buyer's address

http://www.nwupc.ac.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://suppliers.multiquote.com

Additional information can be obtained from another address:

Crescent Purchasing Consortium (CPC)

Procurement House, Leslie Hough Way

Salford

M6 6AJ

Email

l.m.oshea@thecpc.ac.uk

Telephone

+44 1619740947

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

Tenders or requests to participate must be submitted electronically via

https://suppliers.multiquote.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Outsourced ICT Framework Agreement

Reference number

CA8378 - CPC/LO/01/2021

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

CPC are seeking to create a framework on behalf of educational establishments for ICT Outsourcery, covering services and consultancy. This process looks to appoint service providers capable of providing on-site and remote ICT services in addition to independent consultancy with a view to appoint such service providers.

This tender will be available to all current and future members of CPC: https://www.thecpc.ac.uk/members/regions.php https://www.gov.uk/guidance/get-information-about-schools

The tender is also available for NWUPC members: https://www.nwupc.ac.uk/our-members

EANI (Education Authority Northern Ireland) www.eani.org.uk/ and the following UK public sector bodies (and any future successors to these organisations): https://www.thecpc.ac.uk/suppliers/eligible-public-sector-bodies.php

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Lot 1: Outsourced ICT Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 72253200 - Systems support services
  • 72315200 - Data network management services
  • 50312610 - Maintenance of information technology equipment
  • 72540000 - Computer upgrade services
  • 50324000 - Support services of personal computers
  • 72222300 - Information technology services
  • 72720000 - Wide area network services
  • 72250000 - System and support services
  • 72700000 - Computer network services
  • 72910000 - Computer back-up services
  • 50312600 - Maintenance and repair of information technology equipment
  • 72261000 - Software support services
  • 72267100 - Maintenance of information technology software
  • 72253100 - Helpdesk services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72251000 - Disaster recovery services
  • 50312310 - Maintenance of data network equipment
  • 72590000 - Computer-related professional services
  • 50312620 - Repair of information technology equipment
  • 72511000 - Network management software services
  • 72253000 - Helpdesk and support services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

This lot covers all services involved in providing an outsourced managed service for information communication technology. This includes but is not limited to:

• Remote and on-site service provision for proactive and reactive support including monitoring, incident managing, testing, fault fixing, backup and disaster recovery, data protection, patch management, etc.

• IT asset and configuration management, release management

• Supporting staff with new IT developments, IT procurement, service integration and management, set up of IT equipment (e.g. for use in lessons, assemblies, meetings) where there is an on-site requirement, advice etc.

• Project management and development of IT strategies & refreshment, and other additional ad-hoc requirements

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £95,000,000

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: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

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

Lot 2: Outsourced ICT Consultancy

Lot No

2

two.2.2) Additional CPV code(s)

  • 72253200 - Systems support services
  • 72253000 - Helpdesk and support services
  • 72222300 - Information technology services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72228000 - Hardware integration consultancy services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 72246000 - Systems consultancy services
  • 72590000 - Computer-related professional services
  • 72100000 - Hardware consultancy services
  • 72261000 - Software support services
  • 72227000 - Software integration consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

This lot is specifically for consultancy and design services where a solution is yet to be defined. The purpose of this lot is to attract independent consultants who can utilise expertise from a technical standpoint, offering objective recommendations to support a tendering process for an outsourced ICT service by working in conjunction with an institutions’ procurement staff.

Service is expected to culminate in a final objective report, which may be the result of (but is not limited to):

• Fact-finding processes, liaising with engineers and IT support staff, data analysis, determining information system requirements and defining project objectives

• Making recommendations such as suggesting appropriate hardware, software, systems, service levels etc.

• Compiling reports and presenting information, understanding practices and the objectives of the institution, assisting with the creation of IT strategies and the development of effective IT procedures, analysis of data and potential issues

• Assessment of security loopholes, obsolete assets, inefficiencies etc.

• Assisting with tendering processes from a technical standpoint, including providing technical advice to benefit tender clarifications and evaluation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 16

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 203-494890

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

Date

29 March 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

29 March 2021

Local time

12:00pm


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

Crescent Purchasing Consortia

Procurement House

Salford

M6 6AJ

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Crescent Purchasing Consortia

Procurement House

Salford

M6 6AJ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will incorporate a minimum of a ten calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015, provide for aggrieved parties who have been harmed or are at risk of harm, by breach of the rules to take action in the High Court. Any such action must be brought promptly

six.4.4) Service from which information about the review procedure may be obtained

Crescent Purchasing Consortia

Procurement House

Salford

M6 6AJ

Country

United Kingdom